Fence Maintenance & Hay Shed - Gardiner, MT
ID: 12639525Q0036Type: Presolicitation
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
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at various rental cabins within the Flathead National Forest, located in Montana. The contract, designated as 1284LM26Q0005, requires services to be performed within 24 hours of notification when snow accumulates to 6-8 inches, ensuring that no snow berms obstruct access to buildings or walkways. This procurement is crucial for maintaining access to remote cabins during winter months, supporting public land use and recreation in the area. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and direct any questions to Sarah Cotton at sarah.cotton@usda.gov by December 31, 2025.
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at various rental cabins within the Flathead National Forest, located in Montana. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to ensure timely snow removal when accumulations reach 6 to 8 inches, with services required within 24 hours of notification. This contract is crucial for maintaining access to the cabins during winter months, ensuring safety and usability for visitors. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and can direct inquiries to Sarah Cotton at sarah.cotton@usda.gov. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, with a total duration of five years, including option periods.
    USDA Forest Service Ninemile Ranger District Janitorial Services
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small businesses to provide janitorial services for its facilities located in Huson, Montana, under Solicitation Number 1284LM26Q0004. The contract will be a firm-fixed-price agreement covering a base year and four one-year option periods, requiring services once a week from September to March and twice a week from April to September. This procurement is essential for maintaining cleanliness and hygiene in government facilities, with proposals evaluated based on price, technical acceptability, and past performance. Interested parties must submit their technical and price proposals, along with required certifications, via email to JoAnne Meiers at joanne.meiers@usda.gov, with the solicitation details and evaluation criteria outlined in the attached documents.
    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.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking bids for the "Bighorn National Forest - GAOA Roadside Tree Clearing/Grubbing" project, which involves clearing, grubbing, tree removal, stump removal, and material disposal along designated forest service roads in Wyoming. The contract aims to enhance forest management and safety by removing roadside trees and debris, ensuring compliance with environmental regulations and public safety standards. This Total Small Business Set-Aside opportunity has a performance period from June 1, 2026, to October 31, 2027, with proposals due by January 6, 2026, at 12:00 PM Mountain Time. Interested contractors can contact Curtis Landreth at curtis.r.landreth@usda.gov or 308-251-6801 for further details.
    Smokey Circle quarters 214 Floor and Roof replacement
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    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.
    Region 01 Tree Planting Services
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for tree planting and associated services across Region One, which includes Montana and Northern Idaho. The procurement aims to secure high-quality tree planting, shrub/native planting, and related services to ensure maximum stock survival and prompt reforestation on lands affected by disturbances such as fire, insects, or harvesting. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will cover various national forests and the Bureau of Land Management's Missoula Office, divided into four distinct pods with specific requirements for planting and additional services. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.
    United States Department of Agriculture (USDA) Forage Animal Production Research Unit (FAPRU) - Lexington, KY
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Louisville District is preparing to issue a Request for Proposal (RFP) for the construction of a two-story, 39,000 square foot research facility for the United States Department of Agriculture (USDA) on the University of Kentucky campus in Lexington, Kentucky. This facility will support the USDA-ARS mission to enhance the sustainability and profitability of forage-based livestock enterprises, featuring laboratory and office spaces, collaboration areas, and specialized installations such as chemical fume hoods and walk-in cold storage. The anticipated contract, valued between $25 million and $100 million, is expected to be awarded as a Firm-Fixed-Price (FFP) contract, with the solicitation release anticipated around January 9, 2026, and proposals due by February 24, 2026. Interested parties should contact Jacob Pridemore at jacob.s.pridemore@usace.army.mil for further details.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.