Z--SPRNCA Boundary Fence Reconstruction, Phase II
ID: 140L0625B0003Type: Presolicitation
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

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

    The Department of the Interior, specifically the Bureau of Land Management, has announced a cancellation of the solicitation for the "San Pedro Riparian National Conservation Area (SPRNCA) Boundary Fence Reconstruction Phase 1B, 1C, 1D, Option 2B and Option 3A." This procurement was intended to involve the reconstruction of boundary fencing within the conservation area, which is crucial for protecting the natural resources and wildlife habitats in the region. Although the solicitation has been canceled, interested parties can reach out to Ian Petersen at ipetersen@blm.gov for further information regarding future opportunities or clarifications. This opportunity was set aside for small businesses under the SBA guidelines, emphasizing the government's commitment to supporting small enterprises in federal contracting.

    Point(s) of Contact
    Johnson, Paula
    pjohnson@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) is undertaking a project for the reconstruction and maintenance of approximately 28.54 miles of boundary fencing around the San Pedro Riparian National Conservation Area (SPRNCA) in Arizona, with five designated phases. The project aims to enhance the conservation values as stipulated by Public Law 100-696. Key tasks involve removing existing barbed wire fencing and constructing a new four-wire wildlife-friendly fence, including installation of T-posts, gates, and stress panels, while adhering to environmental safety regulations and local topographical challenges. The project will occur on public land and requires careful planning, including access routes for construction, strict waste disposal guidelines, and protection of cultural resources. Contractors are tasked with submitting safety and quality control plans, managing invasive species, and conducting operations minimizing disruption to residents. The document also outlines specifications for materials and equipment to be used, emphasizing environmental considerations such as preventing fuel spills and monitoring for migratory birds. This RFP reflects the government's commitment to maintaining natural resources while facilitating sustainable development through structured compliance and governance in public land management.
    The Bureau of Land Management (BLM) has issued a pre-solicitation notice for a construction project aimed at reconstructing boundary fences within the San Pedro Riparian National Conservation Area (SPRNCA) in Cochise County, Arizona. The project entails five phases, covering approximately 28.21 miles of fencing, with a total construction cost estimated between $1 million and $5 million. The expected duration of work is 455 calendar days following the notice to proceed. Eligible bidders must qualify as small businesses under the NAICS Code 238990, and proposals will be solicited shortly after the anticipated RFP issuance around January 3, 2025. Prospective contractors need a Unique Entity ID and an active SAM profile. A site visit is planned approximately 1-2 weeks post-RFP issuance. Work will include clearing vegetation, installing T-posts, panels, gates, and removing old fence materials, requiring various types of equipment. This notice invites public comments on draft specifications and drawings provided, highlighting the government's openness to feedback. Overall, this project reflects the BLM's efforts to protect the conservation values of the SPRNCA as established under Public Law 100-696.
    The Bureau of Land Management's Tucson Field Office has initiated a project for the reconstruction of 28.21 miles of the boundary fence at the San Pedro Riparian National Conservation Area (SPRNCA). This project, divided into five phases (1B, 1C, 1D, 2B, and 3A), aims to restore a partially functioning fence that is vital for conservation efforts as mandated by Public Law 100-696. The reconstruction involves clearing vegetation, installing new T-posts and wire fencing, and adhering to wildlife-friendly standards set by the Arizona Game and Fish Department. The work will be conducted exclusively on BLM-managed public land and requires the contractor to remove existing fencing debris responsibly. Access to the site will be carefully managed to limit disruption to the surrounding ecosystem, with specific conditions for safety, environmental considerations, and the protection of cultural resources. The stakeholders aim to ensure minimal ecological impact, proper materials management, and effective communication throughout the project's duration, all while maintaining compliance with legal regulations and guidelines. This initiative exemplifies the agency's commitment to safeguarding vital conservation areas while ensuring infrastructure integrity.
    The Solicitation No. 140L0625B0003 outlines a Construction Invitation for Bid (IFB) for the San Pedro Riparian National Conservation Area Boundary Fence Reconstruction, encompassing various phases (1B, 1C, 1D, and options 2B and 3A) in Cochise County, AZ. The project has an estimated cost between $1M-$5M and is set aside exclusively for small businesses under NAICS code 238990. Prospective bidders are instructed to submit proposals by completing the provided SF1442 form and attending a mandatory site visit on January 15, 2025. Bids must include detailed pricing for mobilization, fence construction, and other related work, adhering to specified construction wage rates. The bid schedule, specifications, and clauses relating to contract performance, including safety and federal compliance, are detailed in the solicitation documents. The contracting officer, Paula Johnson, provides guidance for proposal submission and inquiries. This solicitation promotes structural reinforcement and habitat protection while ensuring adherence to federal contracting principles and small business participation.
    The Bureau of Land Management’s Tucson Field Office is initiating a reconstruction project for the boundary fence of the San Pedro Riparian National Conservation Area (SPRNCA) across five phases, totaling approximately 28.21 miles. The project aims to restore a non-functioning fence to enhance conservation values, in line with Public Law 100-696. Each phase entails specific distances, with work involving vegetation clearing, installation of T-posts and fencing materials, and removal of existing fencing. The construction will adhere to BLM specifications and Arizona Game and Fish standards for a four-wire fence, ensuring wildlife-friendliness. The contract includes comprehensive details regarding work description, access routes, and environmental considerations, such as cultural resource protection and the handling of invasive species. Contractors will be responsible for weekly progress updates, disposal of debris, and adherence to safety and quality control plans. The project emphasizes maintaining the natural environment, minimizing erosion, and ensuring fire safety compliance. Access for equipment is designated along specified pathways, while the overall effort reflects the federal commitment to land management and conservation at the SPRNCA.
    The document appears to be a complex, corrupted compilation that may contain content related to federal government RFPs, grants, or state/local proposals. However, the text is largely indecipherable due to encoding issues, which have rendered it unreadable and fragmented. Given the typical context of such documents, they often summarize funding opportunities or solicit bids for government projects, outlining requirements, eligibility, and application processes. Ordinarily, these files would delineate objectives of the requests for proposals (RFPs), emphasize key qualifications and project scope, and present deadlines alongside budget considerations. They usually serve to inform potential applicants about specific programs or projects seeking contractors, consultants, or other service providers. Unfortunately, the document fails to present any coherent information due to extensive corruption and illegible text. A regular document of this nature would support careful proposal crafting in response to government funding or procurement opportunities. However, this document does not offer useful or actionable insights. Further investigation to obtain an uncorrupted version is necessary for a proper analysis and summary.
    This document provides an overview of solicitation requirements related to federal government contracts, specifically focusing on the limitations on subcontracting for small businesses. It outlines various components, including self-performance percentages, total amounts proposed, and labor costs associated with small and large business subcontractors. Key points include the need for compliance with FAR specifications regarding subcontractor tiers, where first-tier subcontractors must qualify as small businesses under the designated NAICS code, while second-tier subcontractors count as large business labor. For compliance, the limitation on subcontracting percentage must exceed the required self-performance percentage. The document also specifies that the total amount proposed comprises material costs and labor costs, emphasizing that all calculations and definitions must adhere to federal guidelines. This framework is essential for maintaining the integrity of small business participation in government contracts, ensuring that adequate levels of self-performance are met while accommodating subcontractor roles.
    The document pertains to the Solicitation 140L0625B0003 for the reconstruction of boundary fences at the San Pedro Riparian National Conservation Area (SPRNCA). It contains a series of questions and answers addressing contractor inquiries about bonding requirements, access regulations, payment schedules, project timelines, and specific materials for construction. Key points include: bonding requirements applying to the total contract amount; limited permissions for exiting designated zones; payment according to fixed-price construction guidelines; and mandatory coordination with utility companies. The document also specifies that option prices are fixed post-award and addresses the acceptable types of pipe and post installations based on soil conditions. Additionally, it clarifies the wage determinations for labor used in the project, emphasizing compliance with the Department of Labor guidelines. The overall purpose is to provide clarity and guidance to prospective contractors regarding requirements and procedures involved in the project, ensuring transparency and consistency in the bidding process, as regulated by federal norms for contracts.
    The document details an Invitation for Bid (IFB) for the reconstruction of boundary fences at the San Pedro Riparian National Conservation Area in Cochise County, AZ, with a contract value estimated between $1M and $5M. It is specifically set aside for small businesses and encompasses multiple phases of fence construction, including mobilization, fence removal, and new installations. The bidding process requires contractors to prepare detailed proposals adhering to set specifications and submission deadlines. A site visit is scheduled for January 15, 2025, and all questions must be submitted by January 17, 2025. Key requirements include safety and quality control plans, adherence to federal wage determinations, and compliance with cultural preservation laws. The document outlines responsibilities regarding contract administration, invoicing procedures, and special contractual conditions related to working hours and fire danger seasons. This IFB represents the government's initiative to enhance conservation areas while promoting small business participation in federal contracts.
    The document outlines an Invitation for Bid (IFB) for the reconstruction of the boundary fence at the San Pedro Riparian National Conservation Area (SPRNCA) in Cochise County, Arizona. It specifies that the contract type is a firm fixed price construction contract, with an estimated value between $1 million and $5 million, set aside for small businesses. The project encompasses multiple phases of fence reconstruction under specifications detailed in the document, including specific tasks such as mobilization, removal of old fence, and installation of new materials. A mandatory site visit is set for January 15, 2025, with questions due by January 17, 2025. The document further outlines the bid submission process, contract clauses, and requirements for safety, quality control, and compliance with federal regulations regarding subcontracting and wage standards. This invitation emphasizes the importance of adhering to environmental and safety protocols, including protocols for dealing with cultural and historical resources that may be encountered during the project. Overall, the IFB serves as a comprehensive guide for bidders interested in participating in the SPRNCA boundary fence reconstruction project, ensuring compliance with federal contracting standards and local regulations.
    The Bureau of Land Management (BLM) is initiating the San Pedro Riparian National Conservation Area (SPRNCA) boundary fence reconstruction project, focused on enhancing conservation values by reconstructing approximately 28.21 miles of non-functioning fencing across five phases. The project includes phases 1B, 1C, 1D, and options 2B and 3A, involving clearing vegetation, installing T-posts, gates, and stress panels, and safely disposing of debris. The work will adhere to established environmental and wildlife protection standards, including restrictions during nesting seasons. Access routes primarily use existing roads to mitigate terrain impact, with contractor responsibilities detailed for fence removal, construction, safety, and cultural resource protection. The contractor must submit safety and quality plans within ten days post-award and ensure compliance with fire prevention regulations. A pre-work bird survey will be conducted to safeguard against potential disruptions to migratory bird nesting. This comprehensive approach aims to restore fence functionality while considering ecological impacts and local stakeholder coordination in Cochise County, Arizona.
    The document outlines the agenda for a pre-proposal site visit related to the reconstruction of boundary fences at the San Pedro Riparian National Conservation Area (SPRNCA). Scheduled for January 15, 2025, the gathering aims to familiarize potential bidders with project specifications. Key topics include team introductions with relevant personnel from the Bureau of Land Management (BLM), project magnitude (estimated between $1M - $5M), and its designation as a total small business set-aside. Contractors are informed to prepare for a period of performance lasting 455 days after receiving a notice to proceed, with the basis of award being sealed bidding. Important dates include submitting questions by January 17, 2025, and bid submissions by February 7, 2025. Attendees are instructed to maintain group cohesion during site visits, as well as to follow solicitation protocols for inquiries. Technical discussions will address the project's background, timeline, operations, and anticipated challenges for contractors. This document serves as a vital resource for potential bidders in adhering to procedural requirements and understanding project expectations.
    This document serves as an amendment to a federal solicitation, specifically referencing solicitation number 140L0625B0003. The amendment outlines critical administrative instructions regarding the acknowledgment of the amendment by potential contractors, specifying acceptable methods for acknowledgment to avoid rejection of offers. It modifies an existing contract by replacing Attachment 1 with an updated version, adhering to the guidelines of the Federal Acquisition Regulation (FAR). The effective period for the modified contract is set from February 21, 2025, to May 22, 2025, and all other terms and conditions remain intact. Contractors are required to submit any changes to their offers by the designated deadline through the outlined communication methods. The document emphasizes a formal approach to contract management within federal procurement, ensuring transparency and compliance during the amendment process. Overall, it reflects the procedural rigor required in federal grants and contracting, underscoring the importance of communication and documentation in public sector transactions.
    The document is an amendment to a federal solicitation identified by the number 140L0625B0003, issued by the Bureau of Land Management in Denver, Colorado. The amendment outlines necessary changes to the solicitation, specifically updating the Period of Performance to align with contract specifications. The new effective dates span from February 21, 2025, to May 22, 2026. Additionally, the amendment includes an attachment with Questions & Answers related to Amendment 0002, along with the site visit agenda and attendance records. It emphasizes the requirement for contractors to acknowledge receipt of the amendment by specified methods to ensure their offers are accepted. All other terms and conditions of the original solicitation remain unchanged. This amendment serves as a formal notification to stakeholders involved in the bidding process for the project outlined in the solicitation.
    The document serves as an amendment to a solicitation issued by the Bureau of Land Management (BLM) regarding an upcoming project. Key changes include an updated bid submission deadline now set for February 10, 2025, at 10:00 AM Mountain Standard Time, with submissions to be emailed directly to the provided address. Additionally, the amendment incorporates a new Terms & Conditions document that must be adhered to. The period of performance for the project is outlined as lasting from February 21, 2025, to May 22, 2026. Notably, this amendment emphasizes that all other terms and conditions remain unchanged, ensuring continuity in the contractual obligations. As such, contractors are required to acknowledge and submit the amendment with their offers, reinforcing the importance of compliance with submission guidelines to avoid potential rejection. This document reflects the procedural norms found in federal procurement processes, aiming to maintain clarity and structure in contract modifications.
    The document serves as an amendment to a federal solicitation, specifically altering a contract between the government and a contractor. The amendment requires acknowledgment of receipt via specified methods, emphasizing the importance of timely submission to avoid rejection of offers. It updates the specifications of the project and extends the performance period from February 21, 2025, to May 22, 2026. The amendment is issued under the authority of the Federal Acquisition Regulation (FAR), with clear instructions for the contractor to incorporate the updated specifications document into their existing offer. All other terms and conditions remain unchanged, ensuring continuity in the contractual agreement. This document exemplifies standard procedures within government procurement processes, reflecting the importance of adhering to deadlines and accurate documentation in federal contracts.
    This document is a federal government solicitation for construction services related to the SPRNCA Boundary Fence Reconstruction, issued as an Invitation for Bid (IFB). The project, located in Cochise County, AZ, requires a firm-fixed price contract and is governed by FAR Part 14, which stipulates sealed bidding procedures. The bid opening is scheduled for February 7, 2025, conducted virtually, and requires submission of sealed offers by the specified deadline. The contractor must start performance within a defined timeframe following award notification, with a performance period set from February 21, 2025, to May 22, 2025. Additional requirements include performance and payment bonds for the full contract amount, as well as a bid guarantee upon submission. The estimated cost for this project falls between $1 million and $5 million. This solicitation emphasizes the government's commitment to addressing construction needs while ensuring compliance with established regulations and securing competitive bidding practices.
    Similar Opportunities
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    Notice of Intent to Award a BPA Call Order against The Land Management Integrated Resources BPA (LMIR)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a Blanket Purchase Agreement (BPA) Call Order against the Land Management Integrated Resources BPA (LMIR) for various professional services related to forestry and natural resource restoration. This procurement aims to support a wide range of activities, including engineering, project management, and communications, and is available for use by all federal agencies across multiple forests and grasslands. The BPA Call Order, exceeding $25,000, will be competitively awarded to eligible companies already approved for call orders under the LMIR BPA, with 48 businesses currently qualified to receive the solicitation. Interested parties can reach out to Ioulia Boxley at ioulia.boxley@usda.gov for further details, as this opportunity is part of a continuous pre-solicitation process allowing contractors to join at any time.
    Y--NERI 227185 N156 REND TRAIL BRIDGES AND
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the construction of the Rend Trail and Bridges project at New River Gorge National Park in Glen Jean, West Virginia. This project involves the rehabilitation of five bridges, replacement of timber cribbing walls, and improvements to trailheads, with a performance period from January 5, 2026, to September 29, 2028. The opportunity is set aside for small businesses, emphasizing the importance of enhancing recreational facilities within national parks. Interested contractors must submit their proposals by December 18, 2025, at 11:00 AM Mountain Time, and can contact Rachel Dyer at racheldyer@nps.gov for further information.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Interior, Department Of The
    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.
    F--Limited Sources Justification posting for BPA Order 140L0625F0156.
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is issuing a special notice regarding a Limited Sources Justification for a sole-source contract with Environmental Management and Planning Solutions Inc (EMPSi) for Planning and NEPA Services related to a Resource Management Plan Revision and an Environmental Impact Statement. This procurement aims to leverage EMPSi's unique expertise and previously developed tools, which are critical for addressing new directives and pending litigation concerning energy and critical minerals in North Dakota. The justification for this sole-source contract is based on the significant cost and time implications of duplicating EMPSi's work, which could result in an estimated additional expense of $350,000 and a six-month delay in project completion. For further inquiries, interested parties may contact Shawn Haubner at shaubner@blm.gov.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    Big Bend Lower Brule North Ecosystem Restoration, Element 1 Phase 2, Lower Brule, SD
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting bids for the Big Bend Lower Brule North Ecosystem Restoration Project, Element 1 Phase 2, located in Lower Brule, South Dakota. This project, which is set aside for small businesses, involves construction services including riparian planting, gravel paths, stone-toe revetment, and the construction of an L-head dike, with an estimated contract value between $10 million and $25 million. The initiative aims to restore and enhance the ecosystem along the Missouri River, ensuring compliance with stringent safety and environmental standards throughout the construction process. Bids are due by December 17, 2025, at 2:00 PM Central Time, and interested contractors should direct inquiries to Clinton Russell or Nadine Catania via email.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    Camas Prairie Fence
    Agriculture, Department Of
    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.
    New Mexico Forest Engineering and Road Maintenance (FERM)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the New Mexico Forest Engineering and Road Maintenance (FERM) project, aimed at road maintenance and construction within the New Mexico National Forest areas, including the Carson, Cibola, Gila, Lincoln, Santa Fe, and Kiowa Forests. The procurement seeks to establish Blanket Purchase Agreements (BPAs) for various services, including construction, emergency work, and complex maintenance tasks, with a strong emphasis on sustainable practices and compliance with federal regulations. This initiative is crucial for maintaining infrastructure and supporting environmental stewardship in national forests, ultimately benefiting local communities and ecosystems. Interested vendors, particularly small businesses, are encouraged to submit their proposals, with inquiries directed to Chad A.T. Bullock at chad.bullock@usda.gov or Joey Korst at joseph.korst@usda.gov, as the solicitation remains open for continuous submissions.