USFS SIGN POSTS
ID: 140L6224Q0053Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTWYOMING STATE OFFICECHEYENNE, WY, 82009, USA

NAICS

Sign Manufacturing (339950)

PSC

SIGNS, ADVERTISING DISPLAYS, AND IDENTIFICATION PLATES (9905)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Land Management's Wyoming State Office, is soliciting proposals for the procurement of 1,000 US Forest Service sign posts, with a delivery deadline set for January 31, 2025. The procurement requires vendors to provide sign posts made of galvanized steel, adhering to specific dimensions and features, including friction lugs and drilled holes for installation. These sign posts are crucial for marking and identifying various locations within forested areas, ensuring safety and navigation for the public. Interested contractors must be registered with SAM.gov and comply with federal regulations, with inquiries directed to Crystal Martinez at crystalm@blm.gov or by phone at 307-775-6336.

    Point(s) of Contact
    Martinez, Crystal
    (307) 775-6336
    (307) 775-6129
    crystalm@blm.gov
    Files
    Title
    Posted
    The document AMD 001 outlines specific inquiries and clarifications associated with the solicitation for USFS Sign Posts (140L6224Q0053). Key concerns include the specifications for "friction lugs," which should measure 0.5 inches wide and 0.5 inches long from the bend but can allow minor deviations for compatibility in stacking. The radius of bends is not specified, allowing some flexibility. There is an acknowledgment that some contractors are unfamiliar with this type of sign post, indicating that leniency exists regarding the required specifications. Additionally, a need for galvanized steel posts, measuring 65 inches in length instead of the specified aluminum at 72 inches, is addressed, suggesting some adaptability in material choice. The document raises questions about the design classification of the posts and includes a request for the total weight specification, which remains unclear. The accompanying photographs help illustrate the required specifications and details. Overall, the document emphasizes the procurement process's flexibility and the need for clarity in sign post specifications to meet the project requirements effectively.
    This document serves as an amendment to solicitation number 140L6224Q0053, detailing changes and requirements for the procurement of 1,000 USFS sign posts. The primary purpose is to inform contractors of necessary actions regarding the acknowledgment of this amendment and the procedure for submitting offers. Contractors must confirm receipt of the amendment by specific methods prior to the set deadline to avoid rejection of their offers. The delivery is directed to the US Forest Service in Laramie, WY, with a completion date of January 31, 2025. Essential requirements include active registration with SAM.gov, adherence to Section 889 clauses, invoicing procedures, and evaluation criteria outlined in FAR 52.212-2. The amendment addresses questions from potential offerors and highlights the necessity for current SAM registration when making offers. Additionally, clear instructions for bid submission and the requirement to include a Unique Entity Identifier (UEI) are provided to facilitate compliance. This amendment underlines the significance of precise communication and compliance in federal procurement processes, ensuring clarity for contractors involved in government projects.
    This federal government document pertains to a Request for Proposal (RFP) for the procurement of 1,000 US Forest Service signposts, with delivery addressed to Laramie, WY, by January 31, 2025. The RFP outlines the solicitation structure, including the requirement for vendors to provide active registration at SAM.gov, compliance with federal clauses, and adherence to the Federal Acquisition Regulation (FAR) provisions. It specifies instructions for bidders, including the necessity to submit a signed quote via email, along with required certifications and representations addressing telecommunications equipment compliance. Key terms outline payment procedures through the Department of Treasury’s Invoice Processing Platform, emphasizing electronic invoicing. The document also lists clauses incorporated by reference that contractors must comply with, including those concerning business ethics, procurement restrictions, and performance evaluations. This RFP illustrates the federal government’s procurement processes aimed at ensuring compliance with regulations and promoting fair competition among eligible businesses, particularly small and disadvantaged enterprises.
    This document details the specifications for sign posts made of galvanized steel for government projects. The key features include a 16-gauge steel strip measuring 2.875 inches wide, drilled with five holes of 5/16-inch diameter for 1/4-inch rivets, and includes four friction lugs for stability. The total weight of the sign post is documented at 3.46 pounds, and the measurements are presented in decimal inches to ensure precision. The document is technical in nature, providing essential details necessary for manufacturers or contractors responding to Requests for Proposals (RFPs) in federal or state projects. This specification serves the purpose of guiding the design and fabrication of the sign posts to meet standard construction requirements and facilitate consistent installation practices.
    Lifecycle
    Title
    Type
    USFS SIGN POSTS
    Currently viewing
    Solicitation
    Similar Opportunities
    Intermountain Stewardship BPA
    Active
    Agriculture, Department Of
    Presolicitation notice from the Department of Agriculture, Forest Service, for the Intermountain Stewardship Blanket Purchase Agreement (BPA). The BPA will be used to issue future calls for hazardous fuels and restoration projects in Idaho, Nevada, Utah, and Western Wyoming. The scope of work includes cutting and removal of sawtimber, non-sawtimber, and/or biomass, mastication, hand cutting and piling, and road maintenance. The period of performance for the awarded BPAs is 10 years with an option to extend up to 20 years. Interested individuals must have an email account and be actively registered in SAM.gov to be eligible for award. Contact information for questions and submissions is provided.
    Purchase and delivery of 15 picnic tables, 15 fire rings, and 15 utility tables to the St. Anthony Work Center.
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking proposals for the purchase and delivery of 15 picnic tables, 15 fire rings, and 15 utility tables to the St. Anthony Work Center in Idaho. The procurement aims to enhance recreational facilities in the Caribou-Targhee National Forest, with specific requirements for the products, including ADA compliance, snow load ratings, and durable materials. This initiative underscores the importance of accessible outdoor amenities for public enjoyment and aligns with federal guidelines. Interested contractors must submit their proposals by September 19, 2024, and can contact Morgan Sharp at morgan.sharp@usda.gov for further information.
    PRONGHORN FENCE MOD FY 24
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is seeking proposals for the modification of 2.75 miles of fencing to facilitate the migration of pronghorn antelope in Wyoming for fiscal year 2024. The project involves the removal of existing fencing, installation of new barbed and smooth wire fencing, and the addition of Powder River Gates, with a focus on adhering to federal and state safety and environmental regulations. This initiative is crucial for wildlife management and conservation efforts, ensuring safe passage for pronghorns across their habitat. Interested contractors should note that the estimated contract value is $15,000, and proposals must be submitted by the specified deadline, with inquiries directed to Antoinette Nelson at amnelson@blm.gov or by phone at 307-775-6043.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Active
    Agriculture, Department Of
    Presolicitation Notice: Department of Agriculture, Department of Forest Service is preparing the Northern Rockies Stewardship BPA. This Blanket Purchase Agreement will cover Hazardous Fuels and Stewardship Restoration projects in Idaho, Montana, North Dakota, and South Dakota. The scope includes Federal and Non-Federal lands within 150 miles of the administrative boundaries of several National Forests and the Dakota Prairie Grasslands. The work may involve cutting and removal of sawtimber, non-sawtimber, and/or biomass, as well as road maintenance. The awarded Blanket Purchase Agreements will have a period of performance of 10 years with an option to extend up to 20 years. Future Call Orders will be emailed to the Contractors awarded under this BPA. Interested individuals must have an email account and be actively registered in the System for Award Management (SAM.gov) to be eligible for award. For assistance with SAM registration and proposal submission, resources are available at the Procurement Technical Assistance Center (PTAC) website. The primary point of contact for this solicitation is Matt Daigle, and questions must be submitted in writing to him. The Contracting Officer for this BPA is Mark T. Phillipp.
    KAWW - DEVELOP COMPREHENSIVE SIGN PLAN
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the development of a Comprehensive Sign Plan for the Katahdin Woods and Waters National Monument in Maine. The objective is to create a cohesive system of identity, motorist guidance, and visitor information signs to enhance visitor orientation and communication within the park, which currently lacks sufficient signage. This initiative is crucial for improving visitor experience and safety, ensuring compliance with federal standards for accessibility and visual communication. Interested contractors must submit their proposals by September 19, 2024, with inquiries directed to Jason Albright at JasonAlbright@nps.gov or by phone at 617-519-6145. The anticipated contract will be awarded as a Firm-Fixed-Price Purchase Order, with a performance period from October 1, 2024, to December 31, 2025.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Tie-Johnson Fence
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Tie-Johnson Fence project located in the Wisdom Ranger District of the Beaverhead-Deerlodge National Forest in Montana. The contract requires the removal of existing fencing and the construction of a new 4-wire fence, including the clearing of brush and debris along the fence line, with a performance period set from June 1, 2025, to September 30, 2025. This project is crucial for managing and rehabilitating natural resources, ensuring wildlife-friendly fencing, and maintaining the integrity of the forest ecosystem. The estimated contract value ranges between $100,000 and $250,000, and interested contractors must submit their proposals within 10 calendar days following the award notification. For further inquiries, contact Alisha Knaub at alisha.knaub@usda.gov or call 406-438-2981.
    Purchase and Delivery of Terrestrial Laser Scanners and accessories updated
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the purchase and delivery of two Leica BLK360 Generation 2 Terrestrial Laser Scanners, along with necessary accessories and software licenses. This procurement aims to enhance the agency's capabilities in collecting field data related to burn severity and forest changes, which is crucial for restoration and carbon loss quantification efforts following wildfires. The initiative is part of the High-resolution Remote Sensing and UAS Program, emphasizing the importance of advanced technologies in effective land management and environmental stewardship. Interested vendors must submit their proposals, including technical capabilities and pricing, by September 24, 2024, and can direct inquiries to Tina Frankenbery at tina.frankenbery@usda.gov.
    Bayfield Office Complex Tree Removal & Parking Improvements
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is soliciting proposals for the Bayfield Office Complex Tree Removal & Parking Improvements project located in Bayfield, Colorado. The project entails the removal of four Siberian Elm trees and enhancements to the parking area, requiring the contractor to provide all necessary materials, labor, and equipment to complete the work. This initiative is part of the Forest Service's commitment to sustainable land management and improving public access to forest resources, with a project cost anticipated to be less than $25,000. Interested small businesses must submit their proposals via email by September 20, 2024, and can direct inquiries to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov.
    Crazy Woman Creek Corridor Updates - Forest Service Rd. 33 Repairs
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service under the Bighorn National Forest, is soliciting proposals for the Crazy Woman Creek Corridor Updates, which include critical repairs to Forest Service Road 33 in Wyoming. The primary objective of this project is to replace a bridge at milepost 1.70, with additional optional work involving the rehabilitation of other bridges, road improvements, and culvert replacements along specified mileposts. This initiative is vital for enhancing infrastructure integrity within the national forest, ensuring improved transport and access while adhering to environmental and safety regulations. Interested contractors must submit sealed bids by October 3, 2024, with a performance period set from January 1, 2025, to July 1, 2026. For further inquiries, potential bidders can contact Mark Reed at mark.reed@usda.gov.
    USDA USFS Region 9 Timber Mark & Cruise BPA (Year 2 of 5)
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for timber marking and volume estimation/cruising services on the Ottawa and Chequamegon-Nicolet National Forests in Wisconsin and Michigan. This opportunity, which constitutes Year 2 of a 5-year agreement, requires contractors to provide comprehensive services including layout, marking, and estimation of timber sales, with a focus on sustainable practices and compliance with federal regulations. The BPA is crucial for effective forest management, ensuring accurate timber assessments and promoting responsible resource utilization. Interested contractors must submit proposals by September 30, 2024, and can direct inquiries to Darren Zychek at darren.zychek@usda.gov, with total orders not exceeding $2 million over the contract duration.