Skip to main content

An official website of the United States government

You have 2 new alerts

Badger Fire Disaster Relief Water Developments Project

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Solicitation (Original)
  • Original Published Date: Apr 01, 2024 05:31 am MDT
  • Original Date Offers Due: May 03, 2024 05:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 04, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    Burley , ID
    USA

Description

The U.S. Forest Service, Department of Agriculture, is soliciting proposals for the Badger Fire Disaster Relief Water Developments project. The contractor is responsible for removing and replacing a total of twenty (20) stock water systems at various locations on the Minidoka Ranger District of the Sawtooth National Forest. 

Work will consist of removing and disposing of all old stock water system infrastructure off forest, constructing new infrastructure consisting of new waterline, new cattle and sheep troughs, new spring headboxes, new daylight drains, and all appurtenant new water valves, fittings, and pressure treated trough supports including connecting hardware. 

Work also includes performing all required clearing and grubbing of existing vegetation to accommodate new improvements, including hazard tree removal, completing all required excavating, backfill, and trenching as applicable, and performing site restoration / cleanup at each respective site when complete.

Please review the solicitation and attachments for more information.

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