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
    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
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Fence Enclosures, Kingsville, TX
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking contractors for the construction of fence enclosures in Kingsville, Texas. This presolicitation opportunity is set aside for small businesses and aims to enhance the security and management of agricultural facilities. The project falls under the NAICS code 238990, which pertains to all other specialty trade contractors, and is classified under the PSC code Y1PZ for construction of other non-building facilities. Interested parties can reach out to Jim Roloff at james.g.roloff@usda.gov or call 612-590-7603 for further details regarding the procurement process.
    Install High-Game Fencing, Cameron County, TX
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for the installation of high-game fencing in Cameron County, Texas, aimed at preventing the spread of cattle fever ticks. This project, part of the Cattle Fever Tick Eradication Program, requires the contractor to manage all construction aspects, including site surveys, material procurement, and compliance with safety and environmental regulations. The initiative is crucial for protecting livestock health and controlling tick populations, thereby supporting the agricultural community. Interested service-disabled veteran-owned small businesses (SDVOSB) must submit proposals by April 11, 2025, with an estimated contract value between $1 million and $5 million, and are required to attend a mandatory pre-proposal conference on March 25, 2025. For further inquiries, contact Jim Roloff at james.g.roloff@usda.gov or call 612-590-7603.
    FY25 IDIQ's for GHMC Aerial Insecticide Treatments
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified contractors for the FY25 Indefinite Delivery Indefinite Quantity (IDIQ) contracts for aerial insecticide treatments targeting pest management on rangelands. The procurement involves firm fixed-price contracts for the aerial application of insecticides, with contractors responsible for providing aircraft and insecticides while the government supplies maps and oversight. This initiative is crucial for managing pest populations effectively, ensuring agricultural health, and adhering to environmental regulations. Interested parties can contact Kim Yen Tu at kimyen.n.tu@usda.gov or by phone at 161-233-63602 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Lower Foley Seed Orchard Fence Replacement
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at the Willamette National Forest, is seeking contractors for the Lower Foley Seed Orchard Fence Replacement project in McKenzie Bridge, Oregon. The project entails the replacement of 5,088 linear feet of perimeter fencing, with an estimated construction cost ranging from $250,000 to $500,000, and requires compliance with federal guidelines, including the use of biobased materials and adherence to the Buy American Act. Contractors must ensure employee safety, obtain necessary permits, and follow environmental protection measures, while also addressing cultural resources and endangered species during the execution of the project. Interested parties should contact Darcy J Rapoza at darcy.rapoza@usda.gov for further details and to understand the proposal submission process, which includes sealed bids and performance bond requirements.
    Trimmer & Auberry Station and Work Center
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the construction of the Trimmer & Auberry Station and Work Center in Sanger, California. This project falls under the NAICS code 236220 for Commercial and Institutional Building Construction and is set aside for small businesses, with a total budget exceeding $10 million. The construction aims to enhance fire service facilities, ensuring operational efficiency and sustainability, with a projected completion timeline of approximately 730 days from the Notice to Proceed, targeting a completion date around May 2025. Interested contractors should direct inquiries to Matthew Killian at matthew.killian@usda.gov, with proposal submissions due by April 2, 2025, at 1700 EDT.
    WY BO PB WEED CONTRACT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is seeking contractors for a weed control project at Boysen Dam and Pilot Butte Powerplant in Fremont County, Wyoming. The procurement involves providing pesticide support services to manage woody and broadleaf weeds on designated Reclamation lands, with a performance period from April 1, 2025, to March 31, 2026, and options for four annual renewals. This initiative is crucial for maintaining environmental compliance and enhancing the operational areas of critical infrastructure. Interested small businesses, particularly service-disabled veteran-owned, HubZone, and economically disadvantaged women-owned entities, should contact Melissa Parkison at MParkison@usbr.gov or call 406-247-7822, with a total award amount of $9.5 million and a site visit scheduled for March 3, 2025, requiring RSVP by February 28, 2025.
    Hay and Cornstalk Baling IDIQ - RFQ
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotes for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for hay and cornstalk baling services at the National Animal Disease Center in Ames, Iowa. The contract, valued at $13.5 million, will cover baling operations from May 1, 2025, to November 30, 2025, involving approximately 310 acres of agricultural plots, with contractors responsible for providing all necessary equipment and labor while adhering to specific quality standards. This initiative is part of the USDA's commitment to sustainable agricultural practices and effective resource management for research purposes. Interested parties can contact Aaron Dimeo at aaron.dimeo@usda.gov or by phone at 608-416-0027 for further details.
    Y--Pompeys Pillar Vault Toilet
    Buyer not available
    The Bureau of Land Management, under the Department of the Interior, is soliciting bids for the replacement of two single vault toilets with a new double vault toilet at Pompeys Pillar National Monument in Montana. The project, funded under the Great American Outdoors Act, involves site preparation, demolition of existing facilities, installation of new concrete toilets, and construction of associated infrastructure, including sidewalks, with a budget estimated between $100,000 and $250,000. This initiative aims to enhance visitor facilities while ensuring compliance with safety and environmental regulations. Interested contractors must submit their offers by March 10, 2025, and can direct inquiries to Christine Mundt at cmundt@blm.gov or by phone at 406-896-5030.
    Install High-Game Fencing, Cameron County, TX
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking qualified contractors to install high-game fencing in Cameron County, Texas. This project aims to enhance wildlife management and protect agricultural resources by establishing secure fencing in the designated area. The opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under FAR 19.14, emphasizing the government's commitment to supporting veteran entrepreneurs. Interested parties can reach out to Jim Roloff at james.g.roloff@usda.gov or call 612-590-7603 for further details regarding the procurement process.
    Z--Fencing Replacement - Amendment 1
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotations for a construction project focused on replacing fencing at the Giles Run Trailhead and the Meadowood Connector Trailhead in Virginia. This project is set aside for small businesses under NAICS code 238990, with a firm fixed-price contract estimated between $25,000 and $100,000. The fencing replacement is essential for maintaining the integrity and safety of these recreational areas, ensuring they remain accessible and secure for public use. Interested vendors must submit their proposals by March 10, 2025, at 4:00 PM ET, and are encouraged to attend a pre-bid on-site meeting on March 3, 2025, at 1:00 PM Local Time. For further inquiries, vendors can contact Oksana Rollins at orollins@blm.gov or by phone at 303-236-1853.