56--ELKO FY25 IRA CATTLE GUARD PURCHASE
ID: 140L3925Q0012Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNEVADA STATE OFFICERENO, NV, 89502, USA

NAICS

Fabricated Structural Metal Manufacturing (332312)

PSC

MISCELLANEOUS CONSTRUCTION MATERIALS (5680)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Bureau of Land Management (BLM) is seeking proposals for the purchase and delivery of cattle guards for the Elko District Office in Nevada, under solicitation number 140L3925Q0012. The procurement requires suppliers to provide specific cattle guard products, including grids, bases, and wings, adhering to detailed specifications such as H-20 loading and all-weld construction standards. This initiative is crucial for maintaining infrastructure standards in land management operations, ensuring the effective management of public lands. Interested small businesses must submit their quotations via email, including technical specifications and pricing, with final delivery expected within 45 days after receipt of order. For further inquiries, contact Nakea Hughes at nnhughes@blm.gov or call 775-861-6302.

    Point(s) of Contact
    Files
    Title
    Posted
    The Nevada Bureau of Land Management's Elko District Office seeks proposals for the supply and delivery of new cattleguards, specifying delivery within 45 days ARO. The request includes shipping costs and requires a forklift for unloading. Key requirements include 13 pairs of yellow A-shaped wings and 13 cattleguard grids measuring 8ft by 14ft, conforming to various structural and material standards, including H-20 loading and hot-rolled structural steel. The grids must feature all-weld construction and comply with AWS standards while incorporating specific dimensions and reinforcements for concrete bases. Additional attachments detail diagrams and pictures related to the specifications. This RFP reflects the federal commitment to maintaining infrastructure standards while engaging vendors in supplying essential materials for land management operations.
    The document is an amendment to solicitation 140L3925Q0012, aimed at modifying a contract related to the procurement of cattle guards by the Elko District Office of the Bureau of Land Management. The amendment provides updated instructions for contractors to acknowledge receipt prior to the specified deadline to avoid rejection of offers. It details the administrative changes and addresses inquiries regarding the preferred foundation/base style for the guards, stating that the established "L Style" foundation will be required, whereas alternatives such as "T type" will not be accepted. Additionally, the document discusses permissible paint options, clarifying that while a specified final coat is required, alternatives like Polyester Powder Coat in Honey Yellow could be considered. Offers and questions should be submitted via email or contact listed for clarity. This amendment emphasizes the importance of compliance with solicitation requirements and clear communication between contractors and the agency.
    The document pertains to the amendment of a government solicitation, specifically related to the provision and modification of contracts/orders concerning cattle guards for the Elko District Office. The amendment outlines the procedures for acknowledging receipt of the amendment, which must be done by the specified deadline to avoid rejection of offers. The solicitation number 140L3925Q0012 indicates a cancellation of the original solicitation. Changes include modification of an item description and quantity for cattle guard grids, while other terms remain unchanged. The document emphasizes the importance of adhering to the guidelines for communication regarding contract modifications, including submission formats via letter or electronic means. This documentation is critical for maintaining transparency and compliance in government contracting processes, particularly in the procurement of construction materials designated under the relevant product/service codes. The documentation is issued under the authority of the Federal Acquisition Regulation, reflecting the structured nature of federal procurement procedures.
    The document is a Request for Quote (RFQ) for the purchase and delivery of cattle guards by the Bureau of Land Management (BLM) for the Elko District Office in Nevada. The solicitation, numbered 140L3925Q0012, calls for suppliers to provide specific cattle guard products, including grids, bases, and wings, in accordance with provided specifications. The submission process requires interested contractors to submit quotations via email, detailing technical specifications and pricing separately. The solicitation emphasizes that this is a total small business set-aside under NAICS code 332312, meaning that only small business concerns may respond. Additional contractual requirements include compliance with various federal regulations regarding subcontracting, payment processing, and inspection of goods. The quotations will be evaluated primarily based on technical acceptance and price, with awards made to those meeting the criteria for best value to the government. Successful bidders must also comply with clauses regarding prohibitions on using certain telecommunications services, particularly those related to security concerns. Final delivery is expected within 45 days post-order, indicating tight timelines for contractors. The document plays a crucial role in facilitating the procurement of materials necessary for infrastructure maintenance while supporting government contracting policies.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Delta WH&B Facility Hay
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the procurement of 350 tons of weed-free alfalfa hay for the Delta Wild Horse and Burro Facility in Utah. This opportunity is a total small business set-aside, requiring the hay to be from the 2025 harvest, domestically grown, and to meet specific quality and baling standards, with delivery required by January 31, 2026. The hay is essential for the care and feeding of wild horses and burros at the facility, ensuring their health and well-being. Quotes are due by December 15, 2025, at 5:00 PM Mountain Time, and must be submitted via email to Tori Blunt Mayes at tbluntmayes@blm.gov, with evaluations based on a Lowest Price Technically Acceptable (LPTA) approach.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Buyer not available
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    SCCAO Mesh Screens
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Mid-Pacific Region, is seeking quotations for the procurement of SCCAO Mesh Screens, specifically "Intralox Mesh Screens (Brand Name or Equal)." This small business set-aside opportunity requires the delivery of items including Intralox Rotating Mesh Fish Screens and Sprockets, with a Firm Fixed Price purchase order to be awarded based on the Lowest Price Technically Acceptable criteria, evaluating both technical specifications and price reasonableness. The procurement is crucial for commercial fishing equipment applications, ensuring effective fish screening solutions. Quotes are due by December 12, 2025, at 10:00 AM PST, and interested offerors must contact Joe Molina at joemolina@usbr.gov or call 916-978-5177 for further details, ensuring they are registered in SAM.gov with updated Representations and Certifications.
    37--MRG SFD Boom Mower Attachment
    Buyer not available
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking to award a sole source contract to ATMAX Equipment Co. for the procurement of one MowerMax Boom Attachment Twin Saw, specifically a 90-inch model with a 90-degree articulating knuckle. This equipment is essential for vegetation management within the Bureau's operations, ensuring compatibility with existing MowerMax machinery already in use. The contract, identified by Solicitation Number 140R4026Q0002, is expected to be awarded on January 19, 2026, and will be processed under FAR Part 13, with a performance period of 365 days from the award date. Interested parties can contact Valerie Jiron at vjiron@usbr.gov or by phone at 505-462-3658 for further information.
    R--This is a sources sought, request for information
    Buyer not available
    The Bureau of Land Management (BLM), part of the Department of the Interior, is issuing a Sources Sought Notice and Request for Information (RFI) for an Energy Management Information System (EMIS). The primary objective of this RFI is to gather information for planning purposes regarding a system that will centralize energy auditing, manage utility data across approximately 2,200 accounts and 175 facilities, and support federal energy conservation mandates, with an annual utility cost of around $9.4 million. The EMIS will be crucial for tracking energy and water consumption, renewable energy generation, and greenhouse gas emissions, while also providing various reporting capabilities and integrating with existing financial systems. Interested firms are encouraged to contact Shane Mundt at smundt@blm.gov or call 406-594-9282 to discuss their capabilities and insights regarding this opportunity.
    Camas Prairie Fence
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The objective of this procurement is to replace an ineffective fence to exclude cattle and protect endangered frog species, involving tasks such as clearing land, removing existing fences, and constructing new four-strand barbed wire fences, with completion required by June 1, 2026. This project is crucial for the conservation of biological resources and the management of livestock grazing in sensitive areas. Interested vendors must submit their quotes by January 16, 2026, at 1600 Pacific Standard Time, using the updated solicitation document, and can direct technical inquiries to Eamonn Mazur or contact Darcy J Rapoza at darcy.rapoza@usda.gov for further information.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CO OMAD 300(70) Minuteman Missile Access Road project, which involves re-graveling up to 156.582 miles of existing gravel roads utilized by the United States Air Force. The project aims to enhance road maintenance for the Air Force Intercontinental Ballistic Missile Program, specifically in southwestern Wyoming, southeastern Nebraska, and northeastern Colorado. This total small business set-aside contract, estimated at $5,980,000, requires bidders to submit their proposals by December 9, 2025, at 2:00 p.m. local time, and includes a bid guarantee of 20% of the bid price or $3,000,000, whichever is less. Interested contractors can reach out to Douglas Whitcomb or Leslie Karsten at CFLAcquisitions@dot.gov for further inquiries.
    Humboldt-Toiyabe National Forest Prospectus for Campground and Related Granger-Thye Concessions
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking applications for a concession campground special use permit within the Humboldt-Toiyabe National Forest, starting January 1, 2027, for a duration of five years with a potential five-year extension. The opportunity involves the operation and maintenance of government-owned recreation facilities, covering 19 developed recreation sites across the Bridgeport and Carson Ranger Districts, with an average gross revenue of approximately $680,680.31 over the past three years. Interested applicants must submit a detailed proposal by March 2, 2026, which will be evaluated based on their operating plan, business experience, financial resources, and proposed fees, with a minimum annual fee set at $31,379.36. For further inquiries, potential applicants can contact Chris Eddy, Recreation Management Specialist, at christopher.eddy@usda.gov or by phone at 775-431-7660.