Emigrant Creek RD Range Fence Construction
SOL #: 1240BH26R0001Combined Synopsis/Solicitation
Overview
Buyer
Agriculture
Forest Service
MALHEUR NATIONAL FOREST
JOHN DAY, OR, 97845, United States
Place of Performance
Burns, OR
NAICS
All Other Specialty Trade Contractors (238990)
PSC
Repair Or Alteration Of Other Non Building Facilities (Z2PZ)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Dec 19, 2025
2
Last Updated
Jan 24, 2026
3
Submission Deadline
Feb 2, 2026, 11:00 PM
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USDA Forest Service, Malheur National Forest is soliciting quotes for the construction and/or reconstruction of approximately 180 miles of livestock range fences within the Emigrant Creek Ranger District in Grant and Harney Counties, Oregon. This project addresses areas affected by the Falls, Whiskey, and Sand Fires. This is a Total Small Business Set-Aside. Quotes are due February 2, 2026, at 3:00 pm PST.
Scope of Work
The project involves the construction and/or reconstruction of 180 miles of 4-strand barbed wire fences. Key tasks include:
- Removal and disposal of damaged or unusable existing fences.
- Clearing of fence-line Right of Way (ROW) to a width of 12 feet.
- Providing and installing new fencing materials according to Forest Service specifications, including wildlife-friendly designs.
- Compliance with specific fire protection and suppression measures during operations.
- Adherence to prevailing wage rates for heavy construction projects in Grant and Harney Counties, Oregon.
Contract Details
- Contract Type: Firm Fixed-Price Contract(s).
- Estimated Magnitude: $4,000,000 to $6,000,000.
- Anticipated Awards: 1 to 5 contracts.
- Period of Performance: Work to commence within 14 calendar days of notice to proceed, with completion deadlines varying by priority groups, up to December 31, 2026.
- Set-Aside: Total Small Business Set-Aside (NAICS 238990, $19.0 Million size standard).
- Bonds: A 20% Bid Bond is required for total prices exceeding $150,000. Performance and Payment Bonds (100% each) are required for individual awards exceeding $150,000.
Submission & Evaluation
- Questions Due: January 22, 2026, at 3:00 pm PST, via email to janet.paul@usda.gov.
- Quotes Due: February 2, 2026, at 3:00 pm PST, via email to janet.paul@usda.gov.
- Required Submissions: Schedule of Items, Response to Evaluation Criteria (Past Performance, Experience, Technical Approach, Price), Bid Guarantee, and acknowledgement of amendments.
- Evaluation Criteria: Best value to the Government, based on a comparative analysis of:
- Past Performance: Relevant work within the last three years.
- Experience: Narrative detailing experience with similar work, geographical conditions, and logistical challenges.
- Technical Approach: Description of planned approach, project management, and schedule.
- Price: Completed Attachment 2 – Schedule of Items.
Special Requirements
- Contractor must provide sanitary facilities and potable water.
- Equipment must be cleaned of noxious weeds and seeds before entering National Forest lands.
- Operations must minimize erosion and prevent contamination of water.
- Compliance with the Quality Assurance Surveillance Plan (QASP) is mandatory.
Contact Information
- Primary Contact: Janet Paul
- Email: janet.paul@usda.gov
- Phone: 541.750.7120
People
Points of Contact
Janet PaulPRIMARY
Files
Files
No files attached to this opportunity
Versions
Version 2
Combined Synopsis/Solicitation
Posted: Jan 24, 2026
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Dec 19, 2025