Skip to main content

An official website of the United States government

You have 2 new alerts

Badger Fire Disaster Relief Fencing

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Sep 09, 2022 11:04 am EDT
  • Original Published Date: Sep 08, 2022 04:59 pm EDT
  • Updated Response Date: Sep 23, 2022 05:00 pm EDT
  • Original Response Date: Sep 23, 2022 05:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Oct 15, 2022
  • Original Inactive Date: Oct 15, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2QA - REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code:
    • 238990 - All Other Specialty Trade Contractors
  • Place of Performance:
    Burley , ID 83318
    USA

Description

1. Introduction.  This pre-solicitation notice is for information only and is not a commitment by the Government to solicit contractual offers or award contracts.  The Government is not soliciting, nor will it accept proposals as a result of this synopsis.  If a competitive solicitation is issued in the future, it will be announced via The System for Award Management (SAM) at SAM.gov, and interested parties must comply with that announcement.  The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice.  This is not a solicitation or a promise to issue a solicitation, and this information is subject to modification and in no way binds the Government to award a contract.

2. Applicable North American Industry Classification System (NAICS) Code.  The applicable NAICS code is 238990 – All Other Specialty Contractors (Size Standard in millions of dollars $16.5).

3. Type of Contract to be Awarded.  As a result of this synopsis and possible solicitation, the Special Project Operations Center, Intermountain Branch, plans to award a firm fixed price contract.

4. Type of Solicitation.  The solicitation, if released, will be governed by Federal Acquisition Regulation Part 15, “Contracting by Negotiation”.

5. Synopsis Posting Period.  This synopsis will be posted for 15 days.

6. Contracting Office Points of Contact.  Jessica Rasmussen, Contracting Officer, Jessica.rasmussen@usda.gov.

7. Contract Description.  The project includes removal and replacing 33.5 miles, repairing 6.4 and removing 6.1 miles of pasture and/or allotment boundary fences on the Minidoka Ranger District of the Sawtooth National Forest. This will include removing all old material from the site, clearing vegetation as needed for the new fence and constructing four strand barbed wire fences.

The 90,100-acre Badger Fire damaged approximately 46 miles of range fencing within 13 grazing allotments. The Forest is seeking a contractor to reconstruct and/or repair fencing burned in the 2020 Badger Fire. The terrain in the Badger fire is varied and moderately rugged with a general landform of benches and plateaus dropping down into moderately deep canyons. Vegetation is comprised of sagebrush and mountain brush communities within interspersed patches of aspen and timber at higher elevations. Road access is considered good; however, many fences are not along roads. Off road use is authorized for construction and removal of old fencing materials. Off road travel is subject to soil moisture to avoid resource damage during periods where soils are saturated and specific areas where riparian areas can be crossed with equipment. There is 33.5 miles of fence removal and reconstruction (7.3 of which will be let-down reconstruction), 6.4 miles of repair and 6.1 miles of fence removal only. The statement of work is broken out by bid items where the USFS provided materials and the contractor provided the labor and technical expertise as well as bid items where the contractor provided both materials and labor and expertise.

8. Disclosure of Magnitude.  The anticipated magnitude for this project is between $500,000 and $1,000,000. 

9. Type of Set-aside.  Total small business set-aside.

10. Responses.  Interested and capable sources are encouraged to respond to this synopsis with a Statement of Capability.  In addition to a Statement of Capabilities, firms responding to this announcement should include company name, Unique Entity Identifcation, point of contact, address, and indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned business, HUBZone small business, small disadvantaged business, or women-owned small business.  Responses are due within 15 days of this synopsis and should be submitted to Jessica Rasmussen at Jessica.rasmussen@usda.gov

Contact Information

Contracting Office Address

  • SPOC Intermountain 1400 INDEPENDENCE AVE SW, MS-1138
  • Washington , DC 202500001
  • USA

Primary Point of Contact

Secondary Point of Contact





History