BLUE RIM & PINE GROVE FENCING
ID: 140L0624R0057Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

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

    The Bureau of Land Management (BLM) is soliciting proposals for the construction of wildlife-friendly fencing at Blue Rim and Pine Grove in Sublette County, Wyoming. The project involves converting approximately 5.6 miles of existing barbed wire fence to a more sustainable design and constructing three separate fence exclosures totaling around 4 miles. This initiative is crucial for enhancing wildlife management and land conservation efforts, reflecting the federal commitment to ecological balance and agricultural integrity. The estimated contract value ranges from $500,000 to $1 million, with proposals due by September 10, 2024, and interested contractors can contact Nathan Roush at nroush@blm.gov for further details.

    Point(s) of Contact
    Roush, Nathan
    (303) 236-2211
    (303) 236-9470
    nroush@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) seeks to award two construction contracts for fencing projects in Sublette County, Wyoming. The first project, Blue Rim, involves converting approximately 5.6 miles of existing barbed wire fencing into a wildlife-friendly fence. The second, Pine Grove, entails removing and constructing about 4 miles of fence for three exclosures. The Pine Grove project specifically requires the removal of a wooden post and rail fence, replacing it with a steel drill stem top rail and post system. BLM anticipates issuing a request for proposals (RFP) in August 2024, with a 30-day submission deadline thereafter. The projects have an estimated value of $500K-$1M each and will be set aside for small businesses. Contractors must have a Unique Entity ID (UEI) and an active System for Award Management (SAM) profile. A site visit will be organized approximately 1-2 weeks after the RFP's release. The primary focus is on procuring specialty trade contracting services for these fencing projects, with specific requirements outlined for the conversion and construction of the described fencing systems.
    The document outlines the Statement of Work (SOW) for the 2024 Pinedale Field Office project, which involves replacing approximately 5.6 miles of existing barbed wire fence with wildlife-friendly fencing north and south of HWY 351 in Sublette County, Wyoming. The project is divided into two segments: Segment #1 involves removing and replacing 14,520 linear feet of fencing with a four-wire fence and Segment #2 addresses 14,256 linear feet to be upgraded to a three-wire fence. Contractors are required to ensure livestock management during the transition and comply with detailed specifications regarding materials and installation processes, including the use of specific wood types, treatment methods, and construction protocols. The document emphasizes the importance of environmental safeguards, such as preventing unauthorized land disturbance and adherence to safety regulations. Key deliverables include a single contract for both fence segments following the provided specifications. Potential bidders are instructed to submit their proposals based on the defined Bid Schedule A. Overall, the project aims to enhance wildlife crossing while ensuring efficient livestock containment, reflecting the federal commitment to ecological and agricultural balance.
    The 2024 Pinedale Field Office project involves the replacement of existing fencing at Pine Grove with a new steel drill stem top rail and post, three-wire fence system, covering approximately 4 miles across three exclosure segments. The work includes the removal of 23,706 linear feet of old barbed wire and wooden post fencing and 212 linear feet of buck and rail fencing. New fencing specifications require 20,446 linear feet of steel construction, with specific provisions for corners, gates, and cattle guards. The contractor is responsible for ensuring that livestock do not pass during the transition between the old and new fences. Clean disposal of all debris is mandated, and detailed welding safety protocols must be adhered to during execution. The document outlines the project's requirements for materials, construction practices, site access, and quality assurance measures. With considerations for environmental impact and adherence to federal standards, this project aims to enhance land management and wildlife protection in the area.
    The government document outlines various federal and state/local Requests for Proposals (RFPs) and grants, aimed at soliciting bids for projects and services to be funded or supported by the government. It emphasizes the importance of adhering to established guidelines and procedures, ensuring that proposals align with federal and state policies. Key ideas include the criteria for eligibility, the evaluation process for proposals, and the objectives of the funded projects, which typically focus on enhancing public services, infrastructure improvements, and community development. Supportive details are provided regarding deadlines for submissions, required documentation, and contact information for agencies administering the grants and RFPs. The document’s structure is methodical, starting with an introduction to the funding opportunities, followed by sections detailing specific RFPs and pertinent requirements. It serves as a vital resource for organizations looking to secure funding and grants to support various initiatives, highlighting the government's commitment to community enhancement and responsible allocation of public funds. Overall, it functions as a comprehensive guide for potential applicants to understand and navigate the proposal submission process effectively.
    The document outlines the details of Solicitation Number 140L0624R0057, designated as a Small Business Set-Aside, with a performance period of 365 days post-Notice to Proceed (NTP). It mandates a minimum requirement for self-performance at 25% of the total project. Key financial components are stipulated, including the amounts paid to various small business subcontractors (SSS) and large business subcontractors (LBS). The total labor cost is defined, which excludes material costs and emphasizes that subcontractors must fulfill first-tier roles and qualify as small businesses under the specified NAICS code. Furthermore, the document notes the limitations on subcontracting as per FAR guidelines, stressing that total labor costs must effectively account for amounts paid to LBS. To maintain compliance, the percentage of expenses allocated to LBS must not exceed designated limits. Overall, the solicitation outlines stringent requirements for performance and cost allocation, reflecting the government's commitment to supporting small businesses while ensuring regulatory compliance within federal contracting practices.
    The Bureau of Land Management (BLM) is issuing a Request for Proposals (RFP) for the Blue Rim & Pine Grove fencing project in Wyoming. The primary topic is to clarify aspects of the project, specifically the period of performance and bidding procedures. Responses indicate that the project will last 365 calendar days post-notice to proceed, with on-site work for the Pine Grove Fence being limited to April 15 to June 30 to mitigate fire risks. Additionally, bidders may use cashier's checks for bid guarantees, with specific mailing instructions provided. Importantly, the use of 9 gauge 1 3/4 staples for securing fencing is prohibited, as the project specifications call for laydown fence clips instead. This document serves to inform potential contractors about compliance with project requirements and bidding processes, thus ensuring transparency and facilitating a successful project execution.
    The document is a sign-in sheet from a site visit for a fencing project located in Blue Rim & Pine Grove, Wyoming, associated with government RFPs. Dated August 20, 2024, it records the attendance of representatives from two fencing companies: Swift Creek Fencing and Lynl Fence. The sheet includes names, organizations, and contact information for attendees, emphasizing their participation in the bidding process. This site visit is likely part of the preliminary steps for contractors to engage in a government project, which entails providing insights into the site and project requirements. The document underscores the collaborative nature of the bidding process for government contracts, ensuring that prospective bidders are informed and prepared to submit proposals that meet project parameters and compliance standards. It highlights the importance of direct engagement between government agencies and contractors to facilitate effective project execution.
    The 2024 Pine Grove Exclosure Fencing project in Sublette County, Wyoming, involves the removal of existing wooden and barbed wire fences and their replacement with a more durable steel drill stem top rail fence. The scope includes approximately 23,706 linear feet of existing fencing removal and 20,446 linear feet of new construction, which will consist of a 3-wire fence with two barbed and one barbless wire. The project will also install 56 three-post corners, 40 lateral support braces, seven 16-foot pipe gates, and one 12-foot cattleguard. The contractor must ensure livestock does not cross during the transition from the old to the new fence and is responsible for the proper disposal of removed materials. All work follows detailed specifications outlined in the Statement of Work, which includes requirements for quality assurance, environmental considerations, and compliance with relevant laws. A schedule will be set during a pre-work conference, and the project underscores the government's commitment to land management and habitat conservation efforts by enhancing infrastructure suited for environmental protection.
    The document outlines a project related to the installation of a fence in the Blue Rim area, located north and south of Highway 351 in Wyoming, managed by the Bureau of Land Management under the United States Department of the Interior. The project is officially recorded and approved, with essential details including the date of approval (15 February 2024) and identifiers for responsible individuals, including designers and project managers. This initiative indicates a federal effort focusing on land management and infrastructure maintenance within public lands. The structure of the document includes design and approval information critical for tracking federal projects and ensuring regulatory compliance. This fence installation aims to enhance land use management, aligning with broader federal objectives of conservation and public safety.
    The document outlines the design and specifications for the Pine Grove Exclosure Fence project in Wyoming, overseen by the Bureau of Land Management (BLM) under the U.S. Department of the Interior. Created by Andrew N. Skordas, the project spans multiple sections, detailing phases such as the removal and replacement of existing fencing, with emphasis on structural integrity through solid weld connections and dimensional standards. The design includes specifics on fence height, angle braces, and expansion joints, ensuring durability and compliance with safety standards. Additionally, the document provides instructions on material quality, including the use of ASTM steel standards for cattle guards and recommends protective finish treatments to prevent corrosion. Cooperation among design engineers is evident through thorough notations and revisions. The articulated plans serve as a comprehensive guide for contractors responding to the Request for Proposals (RFP), encapsulating the project's goal to enhance land management through effective barrier implementation while ensuring ecological sensitivity.
    The document discusses a series of proposals and grants related to environmental initiatives and funding mechanisms. It covers how federal, state, and local governments are allocating resources for environmental projects aimed at sustainability, conservation, and public health improvements. Key themes include collaboration among various governmental levels to streamline grant applications, enhance project accountability, and promote community engagement. Specific focus is placed on the processes for submitting Requests for Proposals (RFPs) and accessing federal grants, outlining eligibility criteria, submission guidelines, and evaluation metrics. The document emphasizes the importance of transparency in grant distribution and accountability in project implementation to achieve targeted environmental outcomes. Overall, it addresses strategic frameworks for utilizing federal and local funding to address pressing environmental challenges while ensuring compliance with regulatory standards and fostering public participation.
    The document pertains to the federal and state RFP (Request for Proposal) landscape, outlining opportunities for federal grants and procurement processes. It addresses key elements such as eligibility criteria, application procedures, funding priorities, and deadlines pertinent to both federal and local agencies. The primary purpose is to inform potential applicants about available funding, encourage participation, and ensure compliance with relevant regulations. Detailed guidelines help organizations navigate the complexities of grant submissions, highlighting necessary documentation and review processes. The structure includes sections on specific programs, eligibility requirements for entities, and strategic focus areas that align with government priorities. Through this initiative, the government aims to foster innovation, community development, and enhance service delivery across sectors. Overall, the document serves as a critical resource for stakeholders seeking to engage in government funding opportunities while emphasizing transparency and accountability in the allocation of public funds.
    The document pertains to Solicitation Number 140L0624R0057, which is aimed at small businesses seeking to fulfill specific federal contracting requirements. The performance period designated for the project is 125 days following the notice to proceed (NTP). The solicitation mandates a minimum self-performance rate of 25% by the contractor. Details regarding total costs related to small business subcontractors (SSS) and large business subcontractors (LBS) are outlined, with a requirement that subcontractors must qualify as small businesses according to the relevant NAICS code. The document also specifies compliance with the limitation on subcontracting, indicating that the percentage of subcontracting must exceed the required self-performance rate. The financial details reflect zero payments made to SSS and LBS companies, implying a need for further activity or engagement in this area. Overall, this document serves as guidance for potential bidders and outlines requirements and limitations concerning subcontracting and performance expectations critical for federal grant and contract compliance.
    The document outlines the standard solicitation procedures for construction, alteration, or repair projects within the federal government. It emphasizes the need for potential bidders (offerors) to carefully complete the "offer" section and adhere to all specified requirements, including performance and payment bonds. The solicitation includes vital details such as solicitation number, project number, and submission deadlines, stressing the importance of submitting sealed bids that are properly marked. It informs offerors of the government's expectations regarding performance timelines and the necessity for offers to remain valid for a specified acceptance period. Additionally, it provides guidelines on acknowledging amendments to the solicitation and includes instructions for completing the form correctly. The overall purpose of this document is to ensure transparent bidding processes that align with federal regulations and to facilitate contract awards through structured solicitations, ensuring compliance from all participants. This reflects the government's commitment to maintaining rigor in procurement processes while promoting fair competition among contractors.
    The project outlined in the "Statement of Work" (SOW) pertains to the conversion of approximately 5.6 miles of existing barbed wire fencing to wildlife-friendly fencing along Blue Rim, north and south of HWY 351 in Sublette County, Wyoming. The work is divided into two segments: Segment #1 involves removing 14,520 linear feet of barbed wire to construct 14,754 linear feet of a 4-wire wood post fence, while Segment #2 entails removing 14,256 linear feet to build 14,771 linear feet of a 3-wire wood post fence. The contractor is responsible for managing livestock access during the removal and installation phases. Key deliverables include adherence to specifications for materials and construction methods, installation of wildlife crossing gates, and compliance with environmental standards. The project requires historical coordination with the contracting officers, site preparation, and immediate disposal of construction debris while following regulations. Additional requirements cover quality assurance, installation techniques for posts and wire, and payment structures for various aspects of the work. This proposal showcases the government’s commitment to creating environmentally sustainable infrastructure while ensuring public safety and regulatory compliance.
    The document represents an amendment (0001) to Solicitation No. 140L0624R0057 for a construction project involving Blue Rim & Pine Grove Fencing in Wyoming. The amendment outlines several key updates, including the addition of revised contract attachments, specifically updated Statements of Work and a Price Schedule. It emphasizes that these new attachments should replace the original ones and highlights the importance of submitting all required documents, including a site visit sign-in sheet. Furthermore, the amendment extends the due date for proposal submissions to September 10, 2024, at 2:00 PM MT. It stresses that all other terms and conditions remain unchanged, urging bidders to acknowledge receipt of the amendment properly. This amendment reflects the federal government's procedural transparency in ensuring that potential contractors are adequately informed and compliant with updated project requirements. The document adheres to procurement protocols, indicating its relevance in the context of federal grants and request for proposals (RFPs).
    The document is a solicitation notice from the Bureau of Land Management regarding a Request for Proposal (RFP) for the construction of fencing projects at Blue Rim and Pine Grove in Wyoming. Issued on August 5, 2024, the solicitation (No. 140L0624R0057) invites bids for two projects: Blue Rim Fencing and Pine Grove Exclosure Fencing. The contract type is a Firm Fixed Price with an estimated value between $500,000 and $1 million, set-aside for small businesses. Offerors are required to submit their proposals by September 6, 2024, along with several attachments including statements of work, drawings, and wage determinations. The performance period mandates commencement within 10 days following the notice to proceed and completion within 165 days. Key requirements include the adherence to federal labor standards, limitations on subcontracting, and safety/quality control plans. Critical dates include a site visit on August 20, 2024, and the deadline for questions on August 27, 2024. The document specifies submission instructions, insurance requirements, and outlines the importance of protecting archaeological resources. This solicitation exemplifies the federal government's procurement process, aiming to engage small businesses in infrastructure projects that contribute to public land management.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Lahontan Basin Area Office - Vegetation Management
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a Blanket Purchase Agreement (BPA) focused on vegetation management services at Derby Dam, Prosser Creek Dam, and Stampede Dam in Nevada and California. The procurement aims to control both non-aquatic and aquatic vegetation, including the removal of dead vegetation, with a maximum contract value of $1.2 million over a five-year period. This initiative is crucial for maintaining ecological balance and ensuring compliance with federal safety regulations in the management of these vital environmental areas. Interested contractors must submit their quotes by October 18, 2024, and can contact Kevin Gonzalez at kgonzalez@usbr.gov or 916-978-4509 for further information.
    CONSTRUCTION HAZMAT & AML RESPONSE IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the Construction HAZMAT & AML Response Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at addressing hazardous materials and abandoned mine lands across various Western states. Contractors will be required to perform environmental construction services, including hazardous substance removal actions, site assessments, and compliance with environmental regulations under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). This initiative is critical for restoring ecological integrity and ensuring public safety in areas affected by historical mining activities. Proposals are due by November 11, 2024, with a maximum contract ceiling of $45 million and a minimum task order of $5,000, and interested parties should contact Greetchen Jeremie at gjeremie@blm.gov for further details.
    Y--ROMO 327127 Bridge Preservation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Y--ROMO 327127 Bridge Preservation" project, aimed at preserving multiple bridges within Rocky Mountain National Park. Contractors will be required to perform various preservation tasks, including concrete repairs, masonry work, and scour countermeasures, with an estimated contract value between $1,000,000 and $5,000,000. This initiative is crucial for maintaining the park's infrastructure while ensuring compliance with environmental regulations and federal standards. Interested contractors should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and must submit their proposals by the specified deadline, with a pre-proposal site visit scheduled for October 4, 2024.
    Teton Canyon Bridge Replacement Construction at Caribou-Targhee National Forest, Idaho
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals for the Teton Canyon Bridge Replacement Construction project located in the Caribou-Targhee National Forest, Idaho. This project involves the removal of the existing Sheep Bridge and the construction of a new prefabricated steel underhung truss bridge to enhance recreational access and improve structural integrity while adhering to environmental regulations. The procurement is set aside for small businesses, with proposals due by 11:59 p.m. Central Time on October 25, 2024, and interested parties should direct their submissions to Mary Harding at mary.harding@usda.gov. The project reflects a significant investment in infrastructure aimed at improving public access and safety within national forest areas.
    56--Sitka - Eastern Fence Boundry
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting quotes for the removal and replacement of approximately 650 linear feet of the East Boundary fence at Sitka National Historical Park in Alaska. The project involves replacing the existing wooden and plastic fence with a new 8-foot-high galvanized chain link fence with privacy slats, aimed at enhancing park security and preserving the natural and cultural resources of the area. This initiative is crucial for maintaining the integrity of the park while ensuring compliance with federal regulations regarding labor and materials. Interested contractors must acknowledge the amendment to the solicitation, comply with submission guidelines, and demonstrate relevant experience, with the contract value estimated between $100,000 and $250,000. The performance period is set from November 5, 2024, to February 3, 2025, and inquiries should be directed to Francisco Velasco at franciscovelasco@nps.gov or by phone at 907-644-3313.
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of historic structures at Fort Yellowstone in Yellowstone National Park, under Solicitation No. 140P2024R0177. The project aims to restore and upgrade the exteriors of seventeen historic buildings, focusing on preserving their historical integrity while addressing necessary structural repairs, including roofing, masonry, and window restorations, in compliance with federal preservation standards. This initiative is crucial for maintaining the cultural heritage of the park while enhancing the facilities for operational use, with an estimated project value exceeding $10 million. Interested contractors must submit their proposals by November 4, 2024, and can contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    ID BOUNDARY 5806(1), Riverside Road Improvements & ID BOUNDARY 5806(1)B, Riverside Road Improvements B
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Riverside Road Improvements project, identified as ID BOUNDARY 5806(1), located west of Bonners Ferry, Idaho. The project encompasses a range of construction activities including grading, drainage, paving, and bridge construction over a distance of approximately 4.489 miles, with an estimated budget between $10 and $20 million, and a tentative completion date set for Fall/Winter 2025. This initiative aims to enhance access to the Kootenai National Wildlife Refuge while ensuring compliance with federal and state regulations regarding safety and environmental considerations. Interested bidders can direct inquiries to the Western Federal Lands Highway Division at WFL.Contracts@dot.gov or by phone at (360) 619-7520, and are encouraged to monitor the SAM website for updates on detailed solicitation documents expected to be available in winter 2024/2025.
    WY-SEEDSKADEE NWR-five-year BPA for portable restr
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for the rental and servicing of portable restrooms at Seedskadee National Wildlife Refuge in Wyoming. The selected contractor will be responsible for delivering, maintaining, and removing various types of portable restroom units, including ADA accessible options, across designated locations within the refuge. This procurement is vital for ensuring that visitors have access to necessary sanitation facilities, thereby supporting the refuge's operational needs and enhancing visitor experience. Interested vendors should submit their proposals electronically, ensuring compliance with federal regulations, and may contact Renee Babineau at reneebabineau@fws.gov or 404-679-7349 for further information.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Highway Administration seeks contractors for the Crown Point Trail project in Idaho, involving extensive trail construction and repairs. This small business set-aside project, valued between $700,000 and $2 million, requires expertise in highway construction and will be awarded through a sealed bid process. The upcoming procurement, anticipated in early 2025, aims to enhance a 2.7-mile trail stretch with resurfacing, slope repairs, and new construction, accessible for physical inspection now before snow sets in.
    Y--ELMA-CREATE UNIVESALLY ACCESSIBLE TRAIL
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a universally accessible trail at El Malpais National Monument in New Mexico, specifically the El Calderon Trail project. This initiative aims to enhance visitor access and experience by constructing a 0.75-mile trail compliant with the Architectural Barriers Act, along with additional features such as an amphitheater and safety improvements. The project, estimated to cost between $1 million and $5 million, is set aside for small businesses under NAICS code 236220, with a performance period from January 6, 2025, to October 3, 2025. Interested contractors should direct inquiries to Claire Roberson at ClaireRoberson@nps.gov and submit their proposals by the specified deadlines.