Federal Bid

Last Updated on 05 Jun 2019 at 8 AM
Sources Sought
Location Unknown

Bison Corrals Projects

Solicitation ID 251498WICABisonCorral
Posted Date 06 May 2019 at 5 PM
Archive Date 05 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dsc Contracting Services Division
Agency Department Of Interior The
Location United states
The National Park Service has a requirement for the following project. If you are interested, please submit your detailed capabilities in WRITING to demonstrate same or similar experience. This is not a request for proposal or invitation to bid. No proposal package, solicitation, specification or drawings are available with this announcement. Response to this announcement is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information requests. If you choose to submit a package, clearly identify the park and project on your package (WICA 251498 Bison Corrals Projects) and identify your socioeconomic status (8(a), HUBZone, Service Disabled Veteran, WOSB, EDWOSB, and Small).

Your email capability information MUST be 6 pages or less and be SPECIFIC to the scope provided. You must also provide a letter from your bonding company verifying your bonding levels.

Your response is due no later than 4:00 pm Mountain Time on May 21, 2019.

The Government anticipates conducting a competitive acquisition for this requirement. The amount of interest or lack thereof will determine the possibility of a competitive set-aside or full and open competition (the size of a small business firm includes all parents, subsidiaries, affiliates, etc.-see 13 CFR 121.108.) Misrepresentation of size status can result in penalties. All firms should be registered and certified in www.SAM.gov.

Please refer to the current SBA rules regarding HUBZone firms, effective October 1, 2011.

Send your email responses [email protected]

Analysis of the quality of responses to this sources sought announcement will be considered in the market research being conducted, and in the making of any small business set-aside determination for this requirement.

Wind Cave National Park
Bison/Elk Corrals Project
NAICS Code: 333111
Estimated Cost Range: $500K - $1 million
Estimated Period of Performance: 180 days

Project Description

This project will replace the existing corral and be place in the general location of an existing corral in an area recently added to the park. This successful project will provide a roundup facility that will help reduce the stress on the animals while improving worker safety.

• This project consists of a new corral system at Wind Cave replacing an existing corral that will be removed by the Park. The new corrals will be constructed of pipe; preferably recycled well pipe (some government provided), and UV resistant colored plastic sheathing made from recycled plastic to line the walls of the corrals.
• New 8 foot woven wire fencing with gates at corral approach to compartmentalize 2 additional field holding areas.
• New 12-14 foot entrance alley from main holding area, parts adjacent to new holding pens, to new bud box. (Alley shall have flowing corners and additional gates for vehicle and alternate access.)
• Main Large Bud Box (36'x80' with 40' at entry and adjacent Bud Box.) Large Bud Box shall have a moveable wall (36' wide) that moves east to west as needed. South wall shall be rails allowing viewing to animals in adjacent alleyway.
• Bud Box (12'x24') adjacent to Large Bud Box entry with gates to that, load out alley and to scanning alley.
• Loadout Alley: Alley shall head west and provide for both semi truck loading as well as ground level horse trailer loading.
• Scanning Alley. 3 foot wide alley with slide in gates at 6 foot increments, (or other approved low stress gate type.) Alley shall be solid on south and rails for viewing to the north (Large Bud Box)
• Direction Gate and alleyway. Sorting gate directing animals toward holding pen access or to squeeze chute.
• Squeeze Chute Alley: Provide 3' alley with solid fencing on south and east with rails for viewing to north and west.
• Squeeze Chute: Shall be relocated from existing Corral area at the park. Shall have roof shade cover from adjacent building. Shall extend 3 foot past extents of chute minimum. Alley access shall be designed to allow animal vision to daylight through squeeze chute. Alley leaving chute shall connect to Holding Pen alleyway.
• 16 holding pens: Shall be 30x60 each with shared animal water tank. Layout of catwalks, fence design, gates, and alleyways shall provide visual and 2 sided walkways for worker circulation.
• Two additional holding pens of 60'x40' with shared water troth west of Big Bud Box, north of new entrance alley.
• 25'x25' Support building. Single story pole building, open plan for use during roundup. Shall have roof cover that extends over Squeeze Chute and adjacent work area.
• Viewing catwalk. Extend access from holding pens catwalk to more distant and higher catwalk viewing section for passive sight line to all holding pens. Located near Support Building.
• Non-potable water tank and pump shall be connected to existing well service line near existing pole building. Distribution is both below grade to tank and above grade along catwalk to each water tank for easy filling. System is provided with convient valves for winterizing of system.
• Connect power as required to existing power pole.

Contractors should address the following Criteria in their capability statements:

1) Experience performing the following work:
a. Experience as a prime contractor on projects of a similar scale and complexity.
b. Experience working on projects with natural resource, cultural resource, and livestock management considerations.
c. Similar project experiences, welding and lifestock / pole building experience.

2) Relevance of Project Experience to this project:
a. Difficult project coordination, communication, security, and logistics
b. Lifestock project understanding .
c. Similar construction material use.


Bonding Capability
Interested firms MUST provide a letter from their bonding company to confirm their bonding capacity and identify their DUNS.

Bid Protests Not Available

Similar Past Bids

Location Unknown 14 Aug 2018 at 6 PM
Location Unknown 07 Sep 2018 at 10 PM
Colorado 15 May 2024 at 4 AM
Colorado 15 May 2024 at 4 AM
Hot springs South dakota 18 Jun 2020 at 12 PM

Similar Opportunities

Washington District of columbia 25 Jul 2025 at 4 PM
Omaha Nebraska 16 Jul 2025 at 5 PM
San francisco California 09 Jul 2025 at 12 AM
San francisco California 09 Jul 2025 at 12 AM