Fence Boundary Maintenance and Emergency Repair
ID: 12444124Q0100Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICESAVANNAH RIVER SITENEW ELLENTON, SC, 29809, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)

Set Aside

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

    The U.S. Department of Agriculture, specifically the Forest Service at the Savannah River Site, is soliciting proposals for a contract focused on Fence Boundary Maintenance and Emergency Repair. The contractor will be responsible for providing all necessary labor, materials, and equipment to perform regular maintenance and emergency repairs on approximately 7.1 miles of fencing, including clearing vegetation and repairing damaged sections within a 72-hour response time for urgent repairs. This contract is critical for maintaining the integrity and security of the site, ensuring compliance with federal regulations and safety standards. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Tung (Joe) Nguyen at tung.nguyen@usda.gov or Jeremy Prince at jeremy.prince@usda.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) focused on Site Boundary Fence Maintenance services for the USDA Forest Service at the Savannah River Site. The contractor is responsible for providing all necessary labor, materials, tools, and supervision to perform regular and emergency maintenance on approximately 7.1 miles of fencing. Key tasks include repairing damaged sections, clearing vegetation, and maintaining gate access, with incident response required within 72 hours for urgent repairs. The contract emphasizes adherence to safety regulations, requiring contractors to obtain security badges and complete training before working on-site. It is also set aside for 100% small business participation, reinforcing the federal focus on supporting smaller enterprises. The solicitation specifies compliance with various federal acquisition regulations and conditions, aiming to ensure fair labor practices, safety, and efficient project execution. The proposal must be submitted by September 17, 2024, with specific guidelines for response submissions detailed.
    Here is a summary of the file contents: The Savannah River Site (SRS) road improvement project seeks to enhance various roads and pathways within its boundaries. The objective is to upgrade and clearly categorize roads using a comprehensive numbering and naming system. This system, detailed in the file, distinguishes between different types of roads, from primary 4-lane highways to native surface roads. The project also involves mapping and classifying linear features like streams, canals, and railroads across the SRS landscape. This classification is marked on the provided map according to their types and proximity to key roads. Workers also recorded the locations of important sites and areas, such as DOE set-asides and facility regions, which are also labeled. For procurement, the focus lies in contracting civil engineering services for road upgrades and signage installation. The scope entails improving existing roads, with priorities given to certain roads based on importance. The work involves upgrading surfaces, implementing safety measures, and constructing new road segments. The project has an estimated value of $18.5 million and seeks experienced firms for the design and construction management of these improvements. Key dates include a site visit scheduled for October 30th, 2018, with a subsequent deadline for submitting questions on November 9th. Proposals are due by November 30th, 2018. Evaluation of proposals will consider past performance, technical approach, and cost, with emphasis on the contractor's ability to execute the road improvements effectively. Preferential consideration may be given to local businesses.
    The procurement objective of this RFP is to obtain comprehensive services for managing access and security at the Savannah River Site (SRS), a restricted-access government facility. The successful contractor will be responsible for implementing and coordinating security measures, including badge issuance, training, and access authorization. This involves conducting background checks, managing emergency procedures, and ensuring compliance with safety and health regulations. Personal protective equipment and specialized safety training are also required. Strict procedures are outlined for deliveries and site access, emphasizing security and safety protocols. Contractors must adhere to quarantine restrictions related to fire ants and follow procedures for preventing pollution and managing erosion. The contract will have a significant focus on compliance, with penalties for non-compliance. Required insurance coverage levels for workers' compensation, general liability, and automobile liability are specified. The scope of work includes providing necessary personnel, equipment, and materials for these security and compliance tasks. The contractor must coordinate with the Contracting Officer and other government personnel, ensuring their activities align with the stringent requirements outlined in the RFP. Key dates include the submission deadline for proposals and the anticipated contract start date. The evaluation criteria section mentions the importance of technical merit, past performance, and price, but these details are not explicitly defined. The RFP also hints at the possibility of award extensions. Overall, this procurement seeks a capable contractor to manage the complex security and compliance requirements at the SRS, with a strong emphasis on safety and attention to detail.
    The U.S. Department of Transportation's Federal Highway Administration (FHWA) has issued standard specifications for the construction of roads and bridges on federal projects. These specifications, designated as "FP-14," serve as a comprehensive manual for contractors, outlining requirements and guidelines for various aspects of highway and bridge construction. The FP-14 specifications are binding when designated in a contract and govern work execution, including materials, earthwork, pavement construction, bridge building, incidental construction, and traffic control. Notably, Division 100 covers general requirements, emphasizing the imperative mood, abbreviations, definitions, bidding processes, and contract execution. It also addresses issues like abbreviations, definitions, and the formatting of specifications. Division 150 focuses on project requirements, encompassing mobilization, surveys, quality control, scheduling, and public traffic management. The remaining divisions detail specific construction requirements and procedures for tasks such as earthwork, pavement laying, bridge erection, and incidental construction. These divisions provide in-depth guidelines and standards for contractors to follow during the construction process. The FHWA reserves the right to amend or delete any sections of the specifications, making them adaptable to individual project needs.
    The document outlines the standard construction specifications for a fencing project managed by the USDA Forest Service, specifically in the Savannah River project area. It details the necessary materials, dimensions, and installation techniques for wooden and metal posts, barbed wire, and woven wire mesh. Key points include the requirements for line posts (4" diameter wood, 7' long), end or corner posts (8" diameter wood, 7’-6” long), and specific barbed-wire standards, specifying two strands of 12-1/2 gauge galvanized wire. It highlights proper methods for brace panel installation at corners, changes in alignment, and gates, mandating a minimum spacing of 650 feet between braces. The document also emphasizes the importance of using treated wood and galvanized components to ensure durability against environmental conditions. Adherence to specified construction methods and materials is critical for compliance with federal standards set forth in the FSSS section. The document ultimately aims to ensure safety and structural integrity in fencing installations used by government agencies, reflecting a commitment to maintaining national forestry resources effectively.
    The procurement objective outlined in the provided file is the installation of a comprehensive fence system. The focus is on various fence posts, including wood and steel varieties, along with corresponding fixing mechanisms and components. These include barbed wire, woven wire mesh, and brace panels. The fence is designed to enclose agricultural or pastoral land, with the ability to accommodate changes in alignment and grade, and incorporate access points such as gates. The file contains detailed specifications for the fencing materials. Wood posts are specified with precise dimensions and treatment methods, while steel posts are described with their weight, length, and coating requirements. The barbed wire and woven wire mesh are also meticulously outlined, ensuring compliance with relevant standards for gauge, spacing, and galvanized coating. Contractors will need to supply and install the entire fence system, including digging post holes and setting posts, attaching wires, and incorporating gate hardware. The work involves a combination of labor and materials, with a strong emphasis on adhering to exacting standards and specifications. Critical dates and evaluation criteria are not explicitly mentioned within the provided file extract, and the contract details are limited. However, the project appears to be initiated by the United States Department of Agriculture, likely through a competitive bidding process. The extensive details provided indicate a firm understanding of the required materials and their application, which will form the basis of a thorough evaluation criterion.
    The document outlines the maintenance and clearing work required for approximately 0.6 miles of boundary fence at the Savannah River Site. It specifies an area of 2,112 square yards that will need clearing as part of the pre-identified maintenance. The remaining maintenance tasks will be determined later by the Contracting Officer's Representative (COR), allowing for some flexibility in execution. This initiative is likely framed within the context of ongoing federal grants and Requests for Proposals (RFPs) related to site management, ensuring compliance with safety and environmental standards while facilitating operational integrity. The document emphasizes the importance of maintaining site boundaries and highlights the complexity of managing federal site projects through detailed task allocations and strategic oversight by relevant authorities.
    Here is a summary of the procurement objectives within the provided files, focusing on the key aspects of goods, services, or solutions being sought: - Construction, maintenance, and improvement works for various roads and street types, including SC primary, secondary, and tertiary roads, as well as US highways. The scope involves tasks such as clearing, grading, paving, and installing traffic signs. - Procurement related to the Savannah River Site (SRS), involving boundary fence maintenance and clearing services. The SRS map shows different road types and water bodies, with contracts focused on maintaining fence lines and managing vegetation within a specified response area. - Supply and installation of traffic signs along specified roads, apparently near the SRS, including various sign types and posts. - Construction and maintenance of fire roads and access trails within a specified area, requiring erosion control measures and the use of heavy machinery for tasks like culvert installation and bridge construction. - Civil works and construction services for an unidentified project, encompassing tasks like earthmoving, concrete work, and utility adjustments, with a focus on maintaining environmental standards. - Improvement of existing roads and construction of new roads in accordance with specific technical standards. The project involves grading, drainage improvements, and the installation of safety features. - Road rehabilitation and reconstruction services, including asphalt paving, shoulder work, and the construction of turn lanes. - Design and construction of a firing range, involving site preparation, building construction, and the installation of target systems and ballistic containment features. - Environmental remediation and legacy contamination management, possibly related to the SRS, requiring specialized services to manage and restore affected areas. The files also include road maintenance and improvement projects in South Carolina, focusing on tasks such as resurfacing, bridge rehabilitation, and safety enhancements. Additionally, there are references to contract types, quantities, and key dates, but they vary greatly and are too numerous to list in detail. The evaluation criteria generally involve technical merit, past performance, and cost factors.
    The document outlines a GIS mapping project related to the Savannah River Site (SRS), focusing on the transportation infrastructure and environmental features within the area. It includes a detailed representation of various road types (primary, secondary, tertiary), waterways (streams and lakes), and boundaries (site, compartment, and contamination areas). The map serves as a tool to identify key components that may affect transportation and environmental planning at the SRS, facilitating compliance with government regulations and safety considerations. Additionally, the presence of various infrastructures, such as powerlines and railroads, is noted, indicating potential logistical challenges and planning needs. This document plays a vital role in supporting federal and local planning initiatives, highlighting the importance of accurate geographical data in decision-making processes for development and environmental management at the site. The ultimate purpose is to inform stakeholders about existing conditions and support future projects and RFPs related to infrastructure and environmental stewardship within the SRS area.
    The document outlines special contract requirements for contractors working at the Savannah River Site (SRS), a restricted federal facility. It emphasizes the importance of compliance with safety, security, and environmental regulations, and provides specific protocols for emergencies, site access, and employee training. Contractors must ensure that all personnel possess the necessary security badges, follow strict entry procedures, and adhere to operating hours. Health and safety requirements include maintaining protective measures against pollution, managing erosion, and conducting thorough clean-up of work areas. The document also details the liabilities of contractors, including responsibilities for damages and compliance with insurance requirements. It discusses protocols for handling restricted materials due to quarantine, particularly the management of imported fire ants. Key safety elements focus on providing proper personal protective equipment (PPE), conducting safety training, and following OSHA regulations. With comprehensive procedures outlined for emergencies, receiving information, and delivery regulations, this document serves as a core guideline for contractors to ensure safety and effective operations at SRS while fostering accountability and compliance throughout the contractual process.
    The document presents the "Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects" (FP-14), issued by the U.S. Department of Transportation's Federal Highway Administration. It outlines the requirements for constructing roads and bridges under federal projects, becoming a binding part of contract agreements. FP-14 includes regulations from the Federal Acquisition Regulation (FAR) and the Transportation Acquisition Regulation (TAR), emphasizing adherence to both U.S. Customary and Metric units of measure. The specifications are structured into ten divisions, covering general requirements, project-specific criteria, material standards, and various construction methods, including earthwork, pavement, and bridge construction. Key sections address contractor responsibilities, bid preparation, performance and payment bonding, and scope of work, ensuring clarity on roles and expectations. Additionally, emphasis is placed on the importance of safety, quality control, and compliance with environmental regulations throughout the project lifecycle. This document serves as a critical guideline for federal, state, and local government entities involved in highway construction, ensuring standardized practices are maintained across projects while enhancing safety and efficiency.
    This document outlines a vendor estimate for fence construction and maintenance services under government procurement guidelines. It specifies various tasks and estimates quantities required for each, including clearing and disposal, installation of barbed wire fences (3-strand with steel posts), minor repairs of existing fences, and specialized gate repairs. Specific details include the estimated units for clearing methods, the furnishing and installation process of fencing materials, and the installation of brace panels with concrete posts. The document emphasizes compliance with specified federal and state standards for construction and maintenance activities, reflecting the formal procedure involved in government contracts related to infrastructure and public safety. This estimate is vital for ensuring quality and adherence to legal requirements in the execution of fencing projects in the public sector.
    The government seeks a vendor for constructing and maintaining fences on public lands. The primary objective is to install and repair various types of fences, including barbed wire and woven wire fences, with specific attention to gate repair. The estimated quantities include clearing requirements and the installation of fence corners, end panels, and line braces. Vendors will be responsible for supplying all materials and labor. This project is expected to value efficiency, with vendors proposed based on their ability to meet the stated quantities and specifications while offering a competitive price. The RFP likely includes additional details on the geographic scope and timeline but does not explicitly state them within the provided extract.
    This document serves as a construction and maintenance guideline for fencing projects at the Savannah River Site (SRS), managed by the U.S. Department of Agriculture Forest Service, Region 8. It includes detailed specifications for various types of fencing, including three-strand barbed wire and chain-link fences, as well as gate design. Key elements such as materials, dimensions, and installation requirements are clearly outlined to ensure compliance with federal regulations and standards. The document specifies the types and dimensions of posts (wood and steel), bracing requirements, and the tensioning systems necessary for durability and stability. It emphasizes the use of treated timber and specific wire gauges for barbed wire and woven wire mesh to meet safety and longevity expectations. General notes cover critical installation techniques, such as the placement of diagonal braces, the treatment of posts, and the specifications for gates, ensuring that all fencing adheres to established practices. Maps and key plans included indicate project locations within the SRS area. Overall, this file aims to facilitate the successful execution of fencing projects while ensuring adherence to regulatory standards, thereby contributing to effective wildlife management and site security within the designated federal lands.
    The U.S. Department of Labor's Wage and Hour Division has issued a wage determination under the Service Contract Act for contracts performed in specific South Carolina counties. This determination establishes minimum wage rates and benefits for various occupations employed by contractors providing services to the federal government. The primary objective is to outline these requirements, ensuring compliance with the Service Contract Act's mandates. The document specifies different wage rates for numerous occupations, with rates often differing based on the specific duties and skill levels required. These occupations span administrative, automotive, food service, health, information technology, instructional, and many other sectors. The rates range from around $9 to over $45 per hour, with corresponding benefits for health and welfare, paid vacation, and paid holidays. The determination also outlines procedures for conforming unlisted occupations, ensuring they are appropriately classified and compensated. This wage determination aims to protect the rights of service employees working on federal contracts in the specified South Carolina areas, guaranteeing them a fair minimum wage and benefits package. Contractors must adhere to these rates and conditions, which are set to be adjusted annually. Additionally, the document includes notes on applicable executive orders related to minimum wage requirements and paid sick leave provisions for federal contractors.
    The document presents the U.S. Department of Labor's Wage Determination No. 2015-4461, revision No. 26, under the Service Contract Act. It outlines minimum wage requirements for contractors in South Carolina, indicating a mandatory wage of at least $17.20 per hour for contracts entering after January 30, 2022, and $12.90 per hour for contracts awarded between January 1, 2015, and January 29, 2022. Furthermore, it details various occupations with their respective wage rates and fringe benefits, emphasizing health and welfare rates, vacation, and holiday entitlements. The document includes stipulations on applicable Executive Orders, necessitates contractor compliance with wage and benefit standards, and highlights requirements such as paid sick leave under EO 13706. It also describes the conformance process for unlisted job classifications and provides guidelines for contractors regarding uniform maintenance costs. This document serves essential functions for federal contracts, ensuring fair labor practices, aligning with federal guidelines, and protecting workers' rights across various job classifications in the service sector.
    The Forest Service Savannah River Site outlines the procedures for badge requests for employees and subcontractors at the site. A badge request must be submitted at least two weeks prior for new employees or subcontractors and five days for visitors. It details the necessary training and documentation needed for obtaining a badge, including General Employee Training (GET) and specific identification forms. Key points include the requirement for presenting valid ID upon entry, a strict prohibition list for items at the site, and processes for recovering badges post-visit. Additionally, it emphasizes the need for compliance with security measures and identification verification to maintain safety at the Savannah River Site. Overall, the document serves as a comprehensive guide to ensure that individuals receive proper authorization for access, enhancing security within a federal facility.
    There's no incumbent contractor for this solicitation. The government seeks a provider for boundary maintenance and emergency repair services, focusing on fencing. The primary objective is to clear and repair a 0.6-mile section of fence in the northeast area, with additional work potential at the COR's discretion. Contractors, not SRS personnel, have typically handled these tasks. The work involves a one-time 3ft clearing on both sides of the fence and various repair tasks. Evaluation will be based on FP-14 standards for road and bridge construction. A site tour will be organized, and invoicing will be managed through SAP Ariba. The contract is valued at 120 days.
    The U.S. Forest Service is organizing a pre-bid site visit for the maintenance and emergency repair of the site boundary fence at the Savannah River Site, scheduled for September 12, 2024, at 10:00 AM. Interested parties must apply for a visitor badge at least five business days prior, with the final date for application being September 5, 2024. Applicants should carefully read the "SRS Special Requirements and Badge Request process" document available on sam.gov, which includes necessary identification and forms. Arriving early to the badging office is advised to accommodate potential delays. This activity is part of broader federal initiatives focused on infrastructure maintenance and security compliance in designated areas.
    The U.S. Forest Service seeks maintenance and emergency repair services for the site boundary fence at the Savannah River Site. The primary objective is to ensure the fence's integrity and proper functioning. This pre-bid site visit, scheduled for August 20th, 10:00 AM, is an essential step in the procurement process, allowing potential bidders to gain crucial on-site insights. To attend, visitors must follow strict badging procedures, ensuring they have the required identification and completing the necessary forms by August 13th. The focus of this procurement is on thorough fence maintenance, including regular inspections, repairs, and prompt responses to emergencies, ensuring the security and safety of the site. The successful bidder will be responsible for these tasks, with the contract likely being firm-fixed-price.
    The SRS Fence Boundary Maintenance and Emergency Repair project outlines a federal solicitation for fence maintenance services, identified by Solicitation #: 12444124Q0100. The contractor's work entails a one-time clearing of a 0.6-mile section of fence in the site's North East vicinity, with additional repairs made at the discretion of the Contracting Officer’s Representative (COR). Contractors typically perform these maintenance tasks, and evaluations for awarding the contract will follow a Lowest Price Technically Acceptable (LPTA) criterion. A pre-bid site visit is optional for bidders, and all invoices are to be processed through Ipp.gov, utilizing SAP Ariba for payment. There is no incumbent contractor for this solicitation. The document emphasizes transparency and provides clarity regarding payment and evaluation processes, which are vital within the context of government RFPs. The overall goal is to maintain the integrity and safety of the facility's fencing through qualified contract work.
    The government seeks a contractor to perform regular and emergency fence maintenance and clearing services on the Savannah River Site (SRS) boundary fence. The primary goal is to maintain and repair approximately 7.1 miles of fencing, including clearing a 3ft area on either side. This involves tasks like repairing breaks, replacing posts, and clearing vegetation, with an emphasis on remote areas. The contract also includes response within 72 hours for emergency fence repairs. Contractors must adhere to SRS policies and OSHA standards, and provide a safety plan prior to commencing work. The government will supply some equipment, and contractors must have appropriate insurance coverage. Key dates include a progress reporting deadline and a 120-day delivery date from the award. Evaluation criteria focus on price and compliance with requirements. The procurement method is a Request for Quotation (RFQ), with a set aside for Small Business, and the contract value is estimated at $16.5 million. Offerors should submit their proposals by the due date, with critical information and pricing outlined in the request.
    Lifecycle
    Title
    Type
    Similar Opportunities
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Meadow Creek Fence and Eagle Rock Ranck Habitat Improvement Fence
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) Forest Service is soliciting proposals for the construction and improvement of wildlife-friendly fencing in the Beaverhead-Deerlodge National Forest, specifically at the Wisdom Ranger District in Montana. The project entails the removal of existing fencing and the installation of new 4-wire fences, including associated braces and gates, while also requiring the clearing of brush and debris to facilitate construction. This initiative is crucial for enhancing habitat conditions and ensuring compliance with federal regulations, particularly concerning environmental considerations and noxious weed control. The contract is estimated to be valued between $100,000 and $250,000, with a performance period expected to commence in June 2025 and conclude by September 2025. Interested contractors can direct inquiries to Alisha Knaub at alisha.knaub@usda.gov or by phone at 406-438-2981.
    Beaverhead Deerlodge National Forest fencing and spring developments
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking contractors for the Beaverhead Deerlodge National Forest fencing and spring developments project, which involves fenceline clearing, construction of fencing, and spring site development using government-furnished materials. The project is located approximately 50 miles southwest of Butte, Montana, and aims to enhance natural resource conservation and habitat improvement within the forest. The estimated contract value ranges from $25,000 to $100,000, with work expected to commence on June 1, 2025, and conclude by October 15, 2025. Interested contractors must submit their quotes along with a completed experience questionnaire by the bidding deadline of September 23, 2024. For further inquiries, contact John Curry at john.curry@usda.gov or call 605-673-9216.
    Blackbird Fence Project
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the Blackbird Fence Project, which involves the removal and replacement of approximately 1.42 miles of boundary fencing in Austin, Nevada. Contractors are required to provide all necessary materials, labor, and equipment to successfully complete the project, which is estimated to cost between $25,000 and $100,000 and is set aside for small businesses under FAR 19.5. This project is crucial for effective land management and environmental stewardship within the Humboldt-Toiyabe National Forest, ensuring public safety and compliance with federal construction standards. Interested contractors must submit their proposals via email by September 20, 2024, and can direct any questions to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov by August 30, 2024.
    Allegheny National Forest Forestwide Fence Construction
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the construction of deer exclosure fences within the Allegheny National Forest, located in Warren, Pennsylvania. The primary objective of this contract is to build eight-foot woven wire fences around timber stands to protect tree seedlings from browsing by white-tailed deer, covering approximately 84,235 linear feet across designated sites. This project is crucial for enhancing forest management and maintaining ecosystem integrity, aligning with federal initiatives for sustainable resource management. Interested contractors must submit their bids by 2:00 PM ET on September 23, 2024, with a project budget estimated between $500,000 and $1 million, and the performance period extending from September 30, 2024, to August 30, 2025. For further inquiries, contact Jimmy Evans at jimmy.evans@usda.gov.
    Repair SPCS Fence, Barking Sands PMRF, HI
    Active
    Dept Of Defense
    The Department of Defense, through the Hawaii National Guard, is seeking proposals from qualified small businesses for the repair of the SPCS Fence at the Barking Sands Pacific Missile Range Facility (PMRF) in Hawaii. The project involves enhancing the existing fence by adding outriggers, repairing damaged sections, and reconfiguring gates, with a total construction duration of 90 days following the notice to proceed. This procurement is critical for maintaining the security and operational integrity of the facility, with a budget estimated between $25,000 and $100,000. Interested contractors must attend a pre-proposal conference on September 11, 2024, and submit their proposals by September 19, 2024; for further inquiries, they can contact Cezar Y. de Veas at cezar.y.deveas.mil@army.mil or Clesson Paet at clesson.k.paet.civ@army.mil.
    Fence Repair BPA Fort Drum, NY
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fencing Services at Fort Drum, NY. The BPA will be active from April 27, 2024, to April 26, 2029. The services required include repairing and replacing various types of fencing, gates, operators, associated components, and hardware. The contractor must adhere to ASTM specifications and tolerances for material fabrication and installation. The work will be performed in accordance with the Performance Work Statement and subject to the terms and conditions of the contract. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 238990. The registrations can be done through the System for Award Management (SAM) website. The contractor will not receive a BPA until these registrations are completed. Interested parties should submit their UEID, CAGE Code, and capabilities statement via email to the provided contacts.
    BEJ Overlook Fence Installation
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for the installation of a precast concrete fence at the B. Everett Jordan Dam in Moncure, North Carolina. The project involves the removal of an existing wooden fence and the installation of a 640-foot fence, with all labor, supervision, and materials provided by the awarded contractor. This installation is crucial for enhancing public safety and maintaining secure facilities, reflecting the government's commitment to compliance with federal regulations. Interested small businesses must submit both a price quote and a technical proposal via email by September 23, 2024, following a mandatory site visit on September 5, 2024. For further inquiries, contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Jenifer Garland at jenifer.m.garland@usace.army.mil.
    Veterans Point Trail Rehabilitation
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the Veterans Point Trail Rehabilitation project located in the Black Hills National Forest, South Dakota. This project aims to restore a trail along Highway 385 near Pactola Lake Dam, ensuring safety and structural integrity while adhering to federal and state regulations. The contract, with a budget range between $250,000 and $500,000, requires contractors to submit sealed offers that meet specified technical, performance, and insurance requirements, with a proposal submission deadline set for October 7, 2024, by 5:00 P.M. EST. Interested contractors can contact Brenda Simmons at brenda.simmons@usda.gov for further information.
    Phase 1 4FL Forest Housing Deferred Maintenance
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting bids for the Phase 1 4FL Forest Housing Deferred Maintenance project located in McCall, Idaho, specifically within the Payette National Forest. This project involves critical construction activities, including the installation of new utilities, demolition of existing structures, and the construction of a new laundry facility, all aimed at improving housing infrastructure for government employees. The contract is set aside for small businesses, with a total estimated value between $250,000 and $500,000, and the performance period is scheduled from September 30, 2024, to October 30, 2025. Interested contractors must submit their proposals by September 23, 2024, at 5:00 PM EST, and can direct inquiries to Brenda Simmons at brenda.simmons@usda.gov.
    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.