Install High-Game Fencing, Cameron County, TX
ID: 12639525R0007Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFANIMAL AND PLANT HEALTH INSPECTION SERVICEMRPBS MINNEAPOLIS MNMINNEAPOLIS, MN, 55401, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for the installation of high-game fencing in Cameron County, Texas, aimed at preventing the spread of cattle fever ticks. This project, part of the Cattle Fever Tick Eradication Program, requires the contractor to manage all construction aspects, including site surveys, material procurement, and compliance with safety and environmental regulations. The initiative is crucial for protecting livestock health and controlling tick populations, thereby supporting the agricultural community. Interested service-disabled veteran-owned small businesses (SDVOSB) must submit proposals by April 11, 2025, with an estimated contract value between $1 million and $5 million, and are required to attend a mandatory pre-proposal conference on March 25, 2025. For further inquiries, contact Jim Roloff at james.g.roloff@usda.gov or call 612-590-7603.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation for the construction of High-Game Proof Fencing issued by the USDA APHIS, specifically designated for service-disabled, veteran-owned small businesses. The proposal submission deadline is set for April 11, 2025. The project’s estimated value ranges between $1 million and $5 million, with a completion period of 365 days from the notice to proceed. The contractor must provide necessary performance and payment bonds and comply with specific federal wage determinations. A mandatory pre-proposal conference is scheduled for March 25, 2025, and attendance is required for consideration. The evaluation of proposals will rely on multiple factors, including price, technical capability, and past performance, with an emphasis on delivering a best-value outcome for the government. The document outlines necessary compliance with the Buy American Act and other regulatory standards confidentially, ensuring all contractors understand the submission requirements and evaluation criteria. Additionally, there are stipulations regarding safeguarding contractor information systems, further highlighting the rigorous standards expected in government contracts.
    The Statement of Work (SOW) for Solicitation 12639525R0007 outlines the requirements for Phase 3 of the High-Game Proof Fencing project in Cameron County, Texas, as part of the Cattle Fever Tick Eradication Program (CFTEP). The project aims to construct high-game fencing to prevent the spread of cattle fever ticks from local wildlife, such as white-tailed deer and nilgai antelope, into tick-free areas. The contractor will be responsible for all aspects of the construction, including site surveys, material procurement, installation, and adherence to safety and environmental regulations. Specific tasks include verifying utilities, submitting Requests for Information (RFIs), ensuring compliance with the Endangered Species Act, and maintaining detailed documentation of the project's progress. The fencing specifications include the use of specific materials and structures to ensure that wildlife cannot traverse to infected areas. The project is significant as it supports the agricultural community by protecting livestock health and controlling tick populations. Compliance with federal and state regulations is mandatory, and cooperation with various stakeholders, including private landowners and governmental agencies, is essential throughout the project's duration.
    The Cameron County Drainage District #1 is proposing the construction of a fence along a planned route encompassing a total of 17.5 miles. The document includes detailed geographical coordinates that outline the specific perimeter for the fencing project, emphasizing the district's efforts to enhance security and management of the drainage areas. The purpose of this initiative is likely to protect the infrastructure and surrounding environment by establishing clear boundaries. The inclusion of precise latitude and longitude coordinates indicates a thorough approach to planning, ensuring that the fencing aligns accurately with the district's drainage footprint. Overall, this proposal underlines the district’s commitment to infrastructure integrity and public safety through improved physical barriers along the designated drainage areas.
    The document is a wage determination issued for construction projects in Cameron County, Texas, under the Davis-Bacon Act. It outlines the minimum wage requirements for various labor classifications involved in building construction, excluding single-family homes or apartments. Wage rates are influenced by Executive Orders 14026 and 13658, mandating specific hourly rates depending on when contracts were awarded or renewed. The document specifies wage rates for different construction roles, including boilermakers, ironworkers, and electricians, including both base rates and fringe benefits. It emphasizes that workers may be entitled to higher wages under specified Executive Orders, clarifying that these mandates do not currently apply to contracts involving Texas, Louisiana, or Mississippi state agencies. Additional provisions are made for paid sick leave under Executive Order 13706 for relevant contracts. An appeals process for wage determination issues is also included, directing inquiries to appropriate U.S. Department of Labor authorities. This determination is essential for federal contractors, ensuring compliance with federal wage laws and worker protections during construction projects funded through government contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Install High-Game Fencing, Cameron County, TX
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking qualified contractors to install high-game fencing in Cameron County, Texas. This project aims to enhance wildlife management and protect agricultural resources by establishing secure fencing in the designated area. The opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under FAR 19.14, emphasizing the government's commitment to supporting veteran entrepreneurs. Interested parties can reach out to Jim Roloff at james.g.roloff@usda.gov or call 612-590-7603 for further details regarding the procurement process.
    Fence Enclosures, Kingsville, TX
    Buyer not available
    The Department of Agriculture's Animal and Plant Health Inspection Service (APHIS) is soliciting bids for the construction and installation of fencing enclosures in Kingsville, Texas, aimed at containing feral swine populations as a preventive measure against potential African Swine Fever outbreaks. The project requires contractors to clear approximately 2.5-3 acres of heavy brush and construct a perimeter fence with three internal partitions, adhering to specific material and installation guidelines. This initiative is critical for agricultural biosecurity and disease prevention, reflecting the federal government's commitment to managing invasive species. Interested contractors must submit sealed offers by March 28, 2025, with an estimated project cost between $25,000 and $100,000, and are encouraged to contact Jim Roloff at james.g.roloff@usda.gov or 612-590-7603 for further inquiries.
    Fence Enclosures, Kingsville, TX
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking contractors for the construction of fence enclosures in Kingsville, Texas. This presolicitation opportunity is set aside for small businesses and aims to enhance the security and management of agricultural facilities. The project falls under the NAICS code 238990, which pertains to all other specialty trade contractors, and is classified under the PSC code Y1PZ for construction of other non-building facilities. Interested parties can reach out to Jim Roloff at james.g.roloff@usda.gov or call 612-590-7603 for further details regarding the procurement process.
    Co-Ral with 42% Coumaphos active strength
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking to establish a sole source contract with Covetrus North America LLC for the procurement of Coumaphos Co-Ral, an insecticide critical for the Cattle Fever Tick Eradication Program. This contract, valued at approximately $3 million over three years, aims to support efforts in mitigating cattle fever ticks, with an initial funding amount of $509,000 allocated for fiscal year 2025. Coumaphos Co-Ral is the only dip currently permitted that meets the necessary regulatory criteria, having been evaluated for both efficacy and safety, underscoring its importance in maintaining cattle health. Interested parties can reach out to Jason L. Wilking at Jason.L.Wilking@usda.gov or call 612-336-3210 for further information regarding this opportunity.
    Z1DA--Replace and Correct Roof Building 44 504 Amarillo VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement and correction of the roof on Building 44 at the Amarillo VA Health Care Facility in Texas. The project, which is set aside for 100% Service Disabled Veteran Owned Small Businesses, requires contractors to provide all necessary labor, materials, and equipment to replace the existing flat roofing system, including new flashing and clearing downspouts, with an estimated construction cost between $500,000 and $1,000,000. This initiative is crucial for maintaining the facility's operational integrity and ensuring compliance with federal contracting regulations, particularly regarding veteran-owned business participation. Interested contractors must submit their proposals by March 26, 2025, and can direct inquiries to Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    CTX Building 202 Cooling Tower Media Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of cooling tower media at Building 202 of the Central Texas Veterans Health Care System in Temple, Texas. This project, identified by solicitation number 36C25725Q0336, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to manage all aspects of the project, including labor, materials, and compliance with federal, state, and local regulations. The total award amount for this federal contract is $19 million, with a performance period of 120 days from the award date, and proposals must be submitted via email to Contract Specialist Taminie Panich by March 13, 2025, at 11:00 AM Central Time. Interested bidders are encouraged to submit technical questions by March 7, 2025, and must ensure active registration in the System for Award Management and certification by the Small Business Administration in Veteran Small Business Certification.
    Facilities Maintenance Services for the USDA, AMS, Cotton and Tobacco Program in Lamesa, TX and Lubbock, TX
    Buyer not available
    The United States Department of Agriculture (USDA), through its Agricultural Marketing Service (AMS), is soliciting proposals for Facilities Maintenance Services for its Cotton and Tobacco Program located in Lamesa and Lubbock, Texas. The primary objective of this procurement is to secure a contractor responsible for preventative maintenance and repair of critical building systems, including HVAC, air compressors, boilers, and chillers, ensuring optimal operational efficiency in accordance with manufacturers' guidelines. This contract is vital for maintaining the infrastructure necessary for the USDA's operational capacity and compliance with safety and quality standards. Proposals are due by April 11, 2025, with the contract's base period running from May 4, 2025, to April 30, 2026, and potential extensions through 2030. Interested vendors can contact Matthew Phillips at matthew.phillips3@usda.gov or by phone at 479-301-8811 for further information.
    NM-REFUGE OPERATIONS- MULCHING/MOWING
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for mulching and mowing services at the San Bernard and Big Boggy National Wildlife Refuges in Texas, covering approximately 294.1 acres. The contract, which is set aside for small businesses, requires bidders to provide pricing per acre and demonstrate past experience in similar projects, with a firm-fixed price structure and a performance period from September 1, 2025, to February 28, 2026. This initiative is crucial for habitat management and conservation efforts, particularly for threatened species, while also ensuring compliance with federal regulations, including wage determinations. Interested contractors are encouraged to attend a mandatory site visit on March 19, 2025, and should direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    FY25 IDIQ's for GHMC Aerial Insecticide Treatments
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified contractors for the FY25 Indefinite Delivery Indefinite Quantity (IDIQ) contracts for aerial insecticide treatments targeting pest management on rangelands. The procurement involves firm fixed-price contracts for the aerial application of insecticides, with contractors responsible for providing aircraft and insecticides while the government supplies maps and oversight. This initiative is crucial for managing pest populations effectively, ensuring agricultural health, and adhering to environmental regulations. Interested parties can contact Kim Yen Tu at kimyen.n.tu@usda.gov or by phone at 161-233-63602 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.