Missoula MT Fire Cache internet cable
ID: 1240LU25Q4000Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEAerial Fire DepotMISSOULA, MT, 59808, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service, is soliciting bids for the installation of internet cable at the Missoula Aerial Fire Depot warehouse in Montana. The project entails extending network connectivity through the installation of a 60-foot underground conduit pathway, fiber optic cable, and associated network hardware to support daily operations, inventory control, and barcode scanning systems. This initiative is crucial for enhancing communication and operational efficiency within the USDA's fire management activities. Interested contractors must submit separate price and technical proposals by August 18, 2025, with an estimated project value between $0 and $25,000. For further inquiries, contact John Curry at john.curry@usda.gov or call 605-673-9216.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0001 to Solicitation 1240LU25Q4000, issued by the USDA-FS CSA Intermountain 9 in Ogden, UT, for the Black Hills National Forest in Custer, SD, corrects the Statement of Work (SOW) by changing "OM2" to "OM1." The period of performance is from August 25, 2025, to September 29, 2025. This amendment, effective July 8, 2025, requires offerors to acknowledge receipt by completing items 8 and 15, returning copies, or by separate communication. Failure to acknowledge receipt by the specified hour and date may result in rejection of the offer. All other terms and conditions of the original solicitation remain unchanged.
    The USDA Forest Service is seeking bids for a construction project (Solicitation No. 1240LU25Q4000) to upgrade utilities at the Region One Fire Cache in Missoula, MT. The project involves trenching and installing fiber optic cable, conduit, mounting boards, network cabinets, and Cat 6 cable to extend network connectivity to the new Missoula Aerial Fire Depot Fire Cache warehouse. The estimated value is between $0 and $25,000. Key requirements include commencing work within 10 calendar days of notice to proceed and completing it by September 29, 2025. Bidders must submit separate price and technical proposals, including past performance details, by August 18, 2025. The solicitation emphasizes compliance with various FAR and AGAR clauses, including Buy American Act provisions and specific insurance requirements for workers' compensation, general liability, and automobile liability.
    The document is a Solicitation, Offer, and Award form for a construction project related to the installation of fiber optic cable at the USDA Forest Service's Missoula Aerial Fire Depot. The main objective is to upgrade network connectivity to support users with computer systems and inventory control devices in the new warehouse building. Contractors are required to submit sealed bids, with a performance period set from August 25, 2025, to September 29, 2025. The project includes the trenching and installation of conduit, fiber optic cable, and network equipment, with a total estimated project magnitude of $0-$25,000. Additional requirements include the furnishing of performance and payment bonds, adherence to safety regulations, and compliance with the Buy American Act for materials used. The document outlines the evaluation criteria for bids, emphasizing the importance of past performance and technical capabilities. All proposals must be clearly organized and adhere to submission instructions. The project reflects the government's commitment to enhancing infrastructure for firefighting resources while ensuring compliance with legal and safety standards.
    This government RFP details the scope of work for extending network connectivity to the new Missoula Aerial Fire Depot warehouse for the USDA. The project aims to support daily operations, inventory control, and barcode scanning systems. Key requirements include installing a 60-foot, 1.5-inch underground conduit pathway between the retardant building and the new warehouse, burying it 24-30 inches deep, and including a 1-inch innerduct for fiber optic cable. The project also specifies the provision and installation of indoor/outdoor 3-pair multi-mode fiber optic cable, terminated with LC connectors, and the installation of a 4'x4'x¾" fire-retardant plywood communication backboard. Additionally, the project requires a 4U wall-mount network hardware cabinet and Cat 6 communication cabling from the cabinet to six workstations and wireless access points, ensuring proper termination, testing, and labeling. Substitutions for materials and methods are allowed but require agency approval.
    The USDA Forest Service Experience Questionnaire is a document for contractors to submit their qualifications and experience. It requires detailed information such as contractor name, business type, years of experience as a prime and/or sub-contractor, and a list of completed projects within the last three years, including contract amount, type of project, and contact information for verification. The form also asks if the contractor has ever failed to complete work or had work completed by performance bond, and if so, requires an explanation. Furthermore, it requests details on the organization and available resources for the project, including minimum and maximum employees, whether employees are regularly on payroll, and available equipment. Information on the experience of principal individuals within the business is also required. The document concludes with a certification section where the certifying official attests to the completeness and correctness of the provided information.
    The USDA Forest Service requires contractors to complete an Experience Questionnaire as part of the solicitation process for work opportunities. The form collects essential information from potential contractors, including contact details, business type, years of experience in relevant fields, and previous projects. Contractors must provide details of their business history, specifying projects completed in the last three years, along with monetary values and contacts for verification. The form also addresses any past failures in contract completions or instances involving performance bonds. Additionally, contractors must outline their workforce availability and equipment resources necessary for the project. A certification section attests to the accuracy of the provided information, emphasizing the importance of adherence to project requirements. This questionnaire serves to evaluate the qualifications and capabilities of contractors bidding for federal and state contracts, ensuring that selected parties have the expertise and resources to meet the Forest Service's project demands.
    The document, likely part of a government Request for Proposal (RFP) or grant application, presents a "Proposed pathway & fiber optic cable route." Although the provided text is highly fragmented and largely unreadable, the clear title indicates a focus on infrastructure development, specifically the planned routing for fiber optic cables. This suggests the document outlines a project related to telecommunications, network expansion, or smart city initiatives, which commonly fall under federal, state, or local government funding and regulatory oversight. The diagrammatic nature of the original file, despite its illegibility, further reinforces the idea of a technical proposal detailing a physical route for connectivity. The core purpose of this document is to illustrate and define the intended path for the installation of fiber optic infrastructure, a critical component for modern communication and data transfer. Its inclusion in government files implies it is part of a bid for a contract or a proposal for a funded project aimed at improving digital infrastructure within a specific region or for a particular government initiative.
    The document outlines the proposed pathway and fiber optic cable route intended for federal and state-level infrastructure development. It focuses on expanding telecommunications access within the specified region, aiming to boost connectivity for local communities and improve overall internet service reliability. The proposal details the planned alignment of the fiber optic cable, ensuring compliance with relevant regulations and environmental considerations. Additionally, it highlights the anticipated benefits, including economic growth, enhanced educational opportunities, and improved emergency services through better communication networks. The project's execution involves coordination with various stakeholders, including local governments and contractors, to ensure successful implementation and minimal disruption to communities. The initiative aligns with broader government objectives of expanding digital infrastructure and addressing connectivity disparities.
    The document, General Decision Number: MT20250063, outlines prevailing wage rates for building construction projects in Missoula County, Montana, under the Davis-Bacon Act. It details minimum wage requirements based on Executive Orders 14026 ($17.75/hour for contracts post-January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). The file provides specific wage and fringe benefit rates for various trades, including Electricians, Carpenters, Plumbers, and Power Equipment Operators, with zone-based adjustments for travel distance from major Montana cities. It also explains how to interpret union, survey, and state-adopted wage rate identifiers and outlines the appeal process for wage determinations. Additionally, it notes the applicability of Executive Order 13706, which mandates paid sick leave for federal contractors.
    The document outlines the wage determinations for a building construction project in Missoula County, Montana, governed by the Davis-Bacon Act and relevant Executive Orders, specifically Executive Orders 14026 and 13658. It establishes minimum wage rates for various trades, effective from January 1, 2022, and highlights that contracts awarded on or after this date must comply with updated wage requirements—$17.75 per hour for contracts under EO 14026 and $13.30 under EO 13658, or the higher applicable rates for specific workers. The file details wage rates for different classifications of labor including electricians, carpenters, and laborers, with rates varying by distance from the nearest county courthouse. The document also covers issues like the appeals process for wage determinations and worker protections under the Executive Orders, including provisions for paid sick leave under EO 13706. Overall, it serves as a comprehensive guide for compliance with federal wage standards in construction projects, emphasizing minimum pay standards and the importance of adherence to labor regulations.
    The document outlines the relocation and construction plans for the MFSTC Warehouse 3 in Missoula, MT, focusing on a comprehensive approach to disassembling, moving, and reassembling an existing structure while incorporating new construction elements. Key aspects include field verification of dimensions, precise door placements, and clear differentiation between existing and new construction on floor plans. The project details the relocation of the entire building frame, siding, interior panels, gutters, doors, and storage racks, while specifying disposal or salvaging of roofing, lighting, and unit heaters. Extensive notes cover floor, wall, and ceiling finishes, with concrete finish being the base bid and sealed high-gloss a bid alternative. The plan also details the bolting down of storage racks, the construction of a 10-foot high chain-link room divider, and specifications for new and existing doors, including hardware groups and finishes. Abbreviation definitions and contact information for Mosaic Architecture are provided, underscoring the project's meticulous planning and execution requirements.
    The Missoula Aerial Fire Depot warehouse requires a network connectivity extension for USDA government users to support daily operations, inventory control, and barcode scanning. The project includes installing a 60-foot underground conduit pathway, approximately 24-30 inches deep, between the retardant building and the new warehouse, incorporating a 1-inch innerduct for fiber optic cable. The scope also covers providing and installing an indoor/outdoor grade, 3-pair multi-mode fiber optic cable (62.5/125, OM2 multimode) with LC connectors, ensuring minimal loss. Additionally, the project requires a 4’x4’x¾” fire-retardant plywood communication backboard, a 4U wall-mount network hardware cabinet, and Cat 6 communication cabling for six workstations and two wireless access points, all terminated with RJ45 connectors and thoroughly tested. Substitutions for technical requirements are allowed with prior approval.
    The document serves as a construction plan for relocating and renovating the MFSTC Warehouse in Missoula, Montana, focusing on accurate site dimensions and compliance with specifications. It outlines key construction details, including existing and new elements, door specifications, and material finishes. The plan emphasizes the necessity for the general contractor to verify dimensions and conditions on-site before proceeding with concrete work. Notably, interior finishes, door hardware groups, and storage requirements are specified, alongside instructions for relocating existing structures and components. Abatement measures for existing materials such as lighting and roofing are also highlighted. The overall objective is to ensure proper and safe relocation and construction processes, adhering to regulatory guidelines for government projects. This document is essential for contractors participating in government RFPs, showcasing thorough planning and the need for compliance with established standards.
    The document outlines a Request for Proposal (RFP) for the installation of USDA government network connectivity at the new Missoula Aerial Fire Depot warehouse. The project aims to support operational efficiency for users by facilitating computer work and utilizing inventory control systems for firefighting gear. Key components include the installation of approximately 60 feet of underground conduit for fiber optic cabling, with specific instructions on routing and sealing. Additionally, multi-mode fiber optic cables are to be installed with LC type connectors, alongside a fire-retardant communication backboard and a wall-mounted network hardware cabinet. The cabling installation will incorporate Cat 6 communication cables to connect workstations and wireless access points, ensuring all runs are properly terminated, tested, and labeled. The document emphasizes the need for contractor proposals to include product data for any substitutions, maintaining the overall project specifications and compliance with technical requirements essential for operational connectivity.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Custer Gallatin NF Fairy Lake Phase 2 Road & Recreation Improvements
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is preparing to solicit bids for the Fairy Lake Phase 2 Road and Recreation Improvements project located in the Custer Gallatin National Forest, Montana. This project aims to enhance Fairy Lake Road 74 and related recreational infrastructure through various tasks, including excavation, drainage improvements, road reconditioning, trail surfacing, and the installation of new facilities such as turnouts and a vault toilet. The improvements are crucial for maintaining access and enhancing recreational opportunities in the area, particularly as the project follows the completion of Phase 1, which is expected to conclude by October 15, 2026. Interested vendors are encouraged to visit the project site in fall 2025, although no formal site visit is scheduled at this time. For further inquiries, potential bidders can contact Lisa Rakich at lisa.rakich@usda.gov or Jeff Black at jeffrey.black2@usda.gov.
    End of the World Long Term Stewardship
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking industry feedback through a Request for Information (RFI) for the End of the World Long Term Stewardship project in the Nez Perce-Clearwater National Forest, Idaho. The initiative aims to address forest health by reducing risks associated with insect infestations, wildfires, and improving water quality across approximately 17,000 acres, with an anticipated offering of over 50 million board feet of commercial timber. This project is significant for enhancing forest resilience and fostering sustainable land management practices, with various service activities including timber removal, road maintenance, and biomass management planned over a potential 10-year contract term. Interested parties are encouraged to submit their feedback by September 17, 2025, and can direct inquiries to Matt Daigle at matthew.daigle@usda.gov or by phone at 605-415-9057.
    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.
    Malheur NF, Rail Ridge Cattleguard Replacement Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at Malheur National Forest, is seeking qualified vendors to provide cattleguards and components for disaster recovery efforts in the Rail Ridge Fire Area. The procurement involves the purchase of four complete cattleguard assemblies and three additional base assemblies, all of which must meet specific engineering standards, including HS-20 load ratings and construction from painted yellow metal. This initiative is critical for restoring access and ensuring the safety of local roadways following the fire incident. Interested parties must submit their quotes by December 10, 2025, at 4:30 PM PT, and acknowledge all amendments to the solicitation, with the delivery of goods expected by February 10, 2026. For further inquiries, vendors can contact Andrea J. Pollock at andrea.pollock@usda.gov.
    REGION ONE A&E IDIQ
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for architectural and engineering services in Region One, which includes Montana, northern Idaho, far eastern Washington, and parts of North and South Dakota. The contract will cover a range of services including structural, civil, water, and wastewater design and inspection for transportation systems and infrastructure, as well as support for recreation sites and minor facility maintenance. This total small business set-aside has an estimated value exceeding $10 million and is scheduled to run from March 2026 to February 2031. Interested small businesses are encouraged to submit capability statements within 15 days to Crystal Amos at crystal.amos@usda.gov.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    Camas Prairie Fence
    Buyer not available
    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.
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Wavedivision Holdings, LLC, doing business as Astound Business Solutions, for the provision of monthly fiber optic internet service at the Little White Salmon National Fish Hatchery in Cook, Washington. This procurement is necessary due to the facility's current extremely slow internet speeds, and Astound is the only provider capable of delivering the required service, as they own the existing fiber network and do not allow other providers to utilize it. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have until December 9, 2025, to express their interest and capability to respond to this requirement. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    Intermountain Stewardship BPA
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    GAOA Facility Painting Bitterroot National Forest
    Buyer not available
    The U.S. Department of Agriculture, through the Forest Service, is soliciting bids for the GAOA Facility Painting project at the Bitterroot National Forest in Montana. The project entails the exterior painting of several buildings, including mechanical paint removal, pressure washing, priming, caulking, and applying two coats of exterior latex paint, with a focus on historical structures that may contain lead-based paint. This initiative is crucial for maintaining the integrity and appearance of government facilities, ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals by December 22, 2025, with the performance period scheduled from June 1, 2026, to July 31, 2026. For further inquiries, potential bidders can contact Pat Newberry at patricia.newberry@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.