Fence Maintenance & Hay Shed - Gardiner, MT
ID: 12639525Q0036Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFANIMAL AND PLANT HEALTH INSPECTION SERVICEMRPBS MINNEAPOLIS MNMINNEAPOLIS, MN, 55401, 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
  1. 1
    Posted Dec 23, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 15, 2025, 12:00 AM UTC
  3. 3
    Due Jan 23, 2025, 4:00 PM UTC
Description

The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting bids for a federal contract focused on exterior fence maintenance and the construction of a new hay shed at its facility in Gardiner, Montana. The project entails replacing broken wood posts with pipe, constructing a metal-roofed shed without doors or windows, and ensuring site readiness for future electrical and irrigation lines, with a performance period from February 1, 2025, to August 30, 2025. This initiative is crucial for maintaining safety and operational integrity at the facility, with an estimated contract value between $25,000 and $100,000, exclusively open to small businesses. Interested contractors must submit their proposals by the specified deadline and can contact Kim Yen Tu at kimyen.n.tu@usda.gov or 16123363602 for further information.

Point(s) of Contact
Files
Title
Posted
Jan 15, 2025, 5:05 PM UTC
The USDA APHIS is issuing a solicitation for a construction contract focused on exterior fence maintenance and the installation of a new hay shed at its bison quarantine facility in Gardiner, MT. The project, set to begin on February 1, 2025, and conclude by August 31, 2025, includes specific tasks such as replacing broken wood posts with pipe, constructing a metal-roofed shed, and ensuring site readiness for electrical and irrigation lines. The estimated project value ranges between $25,000 and $100,000, and the contract is exclusively open to small business concerns. All submissions must adhere to the federal acquisition regulations and numerous specific clauses, including requirements for performance and payment bonds, compliance with wage determinations, and the Buy American Act for construction materials. A site visit is scheduled for interested contractors to assess the work location and conditions. The solicitation aims to ensure the maintenance of safety and operational integrity at the facility while promoting small business participation in federal contracting.
Jan 15, 2025, 5:05 PM UTC
The document pertains to an amendment of a solicitation for a federal contract managed by the USDA APHIS, referencing solicitation number 12639525Q0036. It outlines the procedures for acknowledging receipt of the amendment, specifying that acknowledgment must occur before the designated time, or the offer may be rejected. The amendment primarily updates the applicable Davis-Bacon Act wages, specifically citing General Decision Number WD # MT20250061. The period of performance for the contract is defined from February 1, 2025, to August 30, 2025. The amendment clarifies that aside from the wage update, no additional changes are made to the existing contract terms. These modifications are issued following the authority of applicable federal regulations, ensuring compliance and transparency in the contracting process, which is essential within government procurement practices.
Jan 15, 2025, 5:05 PM UTC
The document contains a series of photographs and a map related to a fencing project, specifically focusing on the parameters of a double fence system. The photographs illustrate different views: one shows the dual fences set 10 feet apart, another highlights the terrain and an exterior chain link fence, while the third provides a map outlining the northwest boundaries of the fencing. This submission appears to be part of a request for proposals (RFP) aimed at detailing the specifics of the fencing installation, likely for security or zoning purposes. The inclusion of visual aids—photographs and a map—serves to clarify the project's design and geographical context, which is essential for prospective bidders to understand requisite installation conditions and constraints. Overall, this documentation supports the RFP process by providing critical information necessary for evaluation and proposal formulation.
Jan 2, 2025, 7:05 PM UTC
Jan 15, 2025, 5:05 PM UTC
Dec 31, 2024, 4:05 PM UTC
The document outlines specifications for the construction of a shed designated for hay storage, primarily aimed at accommodating tractor and skid steer access. It specifies that the design is a three-sided lean-to style, with no doors or windows, and requires an open side height exceeding 12 feet. The foundation can comprise improved dirt or gravel, eliminating the need for a concrete slab. Electrical requirements include overhead lighting, with plans to draw electricity from a nearby source. Additionally, the designated location for the shed is provided with geographic coordinates and a Google Maps link for planning purposes. This document is significant in the context of government RFPs, federal grants, and state/local RFPs as it outlines requirements for project proposals, ensuring contractors understand the expectations and specifications necessary for successful compliance and execution.
Jan 15, 2025, 5:05 PM UTC
The document outlines the specifications and requirements for the construction of a shed, specifically a three-sided lean-to style hay barn/garage. Notably, no doors or windows are needed for the structure. The main opening must exceed 12 feet in height and should be approximately 60 feet wide to facilitate the movement of tractors and skid steers for hay storage. Construction can utilize stick frame, post frame, or steel frame—no specific preference is indicated. The floor does not require concrete; an improved dirt or gravel floor is deemed sufficient. Additionally, there is no requirement to install electrical systems or lighting within the shed. A designated location is provided via GPS coordinates (45.114893, -110.790203) and a Google Maps link for logistical planning regarding material and equipment transport. This document serves as part of a Request for Proposals (RFP) aimed at guiding contractors in the design and construction of the specified shed, aligning with government project requirements for practicality and efficiency.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Install High-Game Fencing, Cameron County, TX
Buyer not available
The U.S. Department of Agriculture, Animal and Plant Health Inspection Service (APHIS) is soliciting proposals for the installation of high-game fencing in Cameron County, Texas, specifically aimed at supporting the Cattle Fever Tick Eradication Program. The project involves constructing approximately 20 miles of 8-foot high fencing to prevent the movement of wildlife that can carry Cattle Fever Ticks into tick-free areas, thereby protecting local cattle and ranching operations. This initiative is critical for controlling the spread of these ticks, which pose a significant threat to livestock health and the agricultural economy. The estimated project value ranges from $1 million to $5 million, with a proposal submission deadline of April 11, 2025, and a mandatory pre-proposal conference scheduled for March 25, 2025. Interested contractors, particularly service-disabled veteran-owned small businesses, should direct inquiries to Jim Roloff at james.g.roloff@usda.gov or call 612-590-7603.
Greenhouses Repairs - Norman A. Berg Plant Materials Center Beltsville, Prince Georges County, Maryland.
Buyer not available
The United States Department of Agriculture (USDA) is seeking qualified contractors to perform repairs at the Norman A. Berg Plant Materials Center located in Beltsville, Maryland. The project involves replacing six existing doors, including frames and hardware, and repairing approximately 350 feet of exterior concrete knee walls around two greenhouses, with an estimated project cost between $25,000 and $100,000. This procurement is a total small business set-aside, emphasizing the importance of enhancing agricultural facilities while ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals within 12 calendar days and are encouraged to contact Bobby Copenny at Bobby.Copenny@usda.gov or 817-509-3503 for further details.
New Farm Storage Building (Kimberly, ID)
Buyer not available
The U.S. Department of Agriculture (USDA) Agricultural Research Service (ARS) is soliciting proposals for the construction of a New Farm Storage Building at its Northwest Irrigation & Soils Research Laboratory in Kimberly, Idaho. The project entails constructing a heated, insulated pre-engineered steel structure measuring approximately 40 feet by 60 feet, with an optional 20 feet by 60 feet lean-to addition, requiring all necessary labor, materials, and supervision to meet specified plans and standards. This initiative is part of the USDA's commitment to enhancing agricultural infrastructure and ensuring compliance with federal regulations, including safety and environmental standards. Interested contractors must submit their proposals by April 28, 2025, with the construction budget estimated between $500,000 and $1,000,000, and a completion timeline of 270 calendar days from the notice to proceed. For further inquiries, contact Spencer Hamilton at spencer.hamilton@usda.gov.
Soil Fumigant "Telone II" Application
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified contractors to provide application services for the soil fumigant Telone II in Bingham County, Idaho. Contractors must possess an Idaho pesticide applicator’s license, have a minimum of five years of experience with Telone II, and be equipped to complete the application within 14 operational days, adhering to federal specifications and safety regulations. This project is crucial for effective pest management and environmental safety, with the government supplying the Telone II and necessary treatment permits. Interested parties should contact Kim Yen Tu at kimyen.n.tu@usda.gov or call 16123363602, with the project set to commence by August 15, 2025, under a total small business set-aside.
LNF NORTH FORK ORCHARD WATER DELIVERY SERVICE
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking proposals for the LNF North Fork Orchard Water Delivery Service, a federal contract aimed at providing water deliveries to the North Fork Seed Orchard in the Lolo National Forest, Montana. The contract, which is set aside for small businesses, requires the delivery of 3,000 gallons of water per week from June to September over a base year and four option years, starting in May 2025. This service is crucial for supporting ecological projects, particularly the care of endangered Whitebark Pine trees, and vendors must demonstrate their ability to navigate challenging mountain roads while adhering to federal and state safety regulations. Interested contractors should contact Brenda G. Dwyer at brenda.dwyer@usda.gov for further details and ensure they are registered with the System for Award Management to submit their proposals, which will be evaluated based on technical capability, past performance, and pricing.
Hay and Cornstalk Baling IDIQ - RFQ
Buyer not available
The United States Department of Agriculture (USDA) is soliciting quotes for a baling contract (Solicitation Number: 12505B25Q0095) to perform hay and cornstalk baling at the National Animal Disease Center in Ames, Iowa. The contract requires the contractor to cut, condition, rake, and bale approximately 80 acres of mixed grass, alfalfa, and up to 70 acres of cornstalks, adhering to specified quality standards and environmental regulations. This initiative is part of USDA's commitment to agricultural research support, with a total estimated budget of $13.5 million, and operations are scheduled from May 1 to November 30, 2025. Interested contractors must submit their quotes electronically by the specified deadline and can contact Aaron Dimeo at aaron.dimeo@usda.gov or 608-416-0027 for further inquiries.
Lower Foley Seed Orchard Fence Replacement
Buyer not available
The Department of Agriculture, specifically the Forest Service at the Willamette National Forest, is seeking proposals for the replacement of the Lower Foley Seed Orchard Fence in McKenzie Bridge, Oregon. The project involves the installation of approximately 9,071 linear feet of fencing, with an estimated cost between $500,000 and $1,000,000, and may include optional repairs to a nearby fence damaged by fire. This opportunity emphasizes compliance with federal regulations, including the Buy American Act, and prioritizes sustainable construction practices. Interested contractors must submit sealed offers by April 16, 2025, and can direct inquiries to Darcy J Rapoza at darcy.rapoza@usda.gov.
Repair Tiedowns and Apron Markings - Project Number JKSE 242430
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids from qualified small businesses for the Repair Tiedowns and Apron Markings project at the Montana Air National Guard in Great Falls, Montana. This procurement involves a firm fixed-price contract for construction services, including all necessary labor, materials, and supervision, with a project duration of 59 calendar days following the notice to proceed. The contract is set aside entirely for small businesses under NAICS Code 237310, with an estimated construction value between $500,000 and $1,000,000. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-bid conference on or about May 6, 2025, with bids due around June 22, 2025. For further inquiries, contact Anthony F. Barille at anthony.barille@us.af.mil or by phone at 406-791-0246.
NORTHERN ROCKIES STEWARDSHIP BPA
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
MOF Cheat-Potomac RD/Petersburg Office Mowing
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide lawncare services, including mowing, weed eating, trimming, and leaf removal, for the Cheat-Potomac Ranger District administrative sites in Petersburg, West Virginia. The contract will cover weekly maintenance during the growing season from April through October, with a performance period starting upon award and extending through March 31, 2026, along with four optional renewal years. This procurement is crucial for maintaining the aesthetic and functional quality of federal properties, ensuring compliance with environmental standards and labor regulations. Interested vendors must submit their proposals, including technical and price components, to Michael Simpson at michael.simpson@usda.gov, with the contract valued at an estimated $33,000 based on previous agreements.