Forest Service - Disaster, Bush Loop Accessible Paved Trail Reconstruction
ID: 127EAW25R0030Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA SOUTHWEST 6Albuquerque, NM, 871023498, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

Set Aside

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

    The U.S. Department of Agriculture, Forest Service is soliciting proposals for the reconstruction of the Bush Loop Accessible Paved Trail in Sequoia National Forest, California, following damage from the 2020 Castle Fire. The project aims to enhance accessibility by reconstructing approximately 0.46 miles of trail, widening it from 5 to 6 feet, repaving with hot mix asphalt, and improving drainage features, while adhering to environmental protections and safety standards. This initiative underscores the government's commitment to maintaining recreational trail systems and ensuring compliance with federal standards for accessibility. The estimated project budget is between $250,000 and $500,000, and it is set aside for small businesses. Interested contractors must submit proposals by the specified deadlines and direct inquiries to Contract Specialist Tanya Torres at tanya.torres@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA's Statement of Work outlines the reconstruction of the Bush Loop Accessible Paved Trail in Sequoia National Forest, California, following damage from the 2020 Castle Fire. The project involves reconstructing 0.46 miles of trail, expanding its width from 5 to 6 feet, and repaving with hot mix asphalt. Additional tasks include removing damaged edge boards and drainage pipes, sealing the asphalt, and creating a new accessible parking space. The estimated start date is September 2025, with a 90-day period of performance. The project prioritizes adherence to environmental protections and requires careful management of sensitive habitats, including the installation of sediment control measures. Work hours are restricted to weekdays from 7 AM to 7 PM, and specific guidelines are in place regarding archaeological monitoring and equipment security. Contractors may camp on site using approved trailers but must remove all waste. Comprehensive technical requirements and operational restrictions are detailed to ensure safe and responsible execution, reflecting the government's commitment to accessibility and environmental stewardship in federal contracting.
    The document outlines a Request for Proposals (RFP) for the reconstruction of the Bush Loop Accessible Paved Trail within Sequoia National Forest. It details various construction tasks, including mobilization, removal of existing materials, trail reconstruction, and installation of metal pipe arches. Specific pay items include the removal of plastic edge boards, trail widening from 5 feet to 6 feet, application of asphalt seal coats, and installation of accessible parking signage. Contractors must provide bids for all listed items, and quantities are estimated, requiring verification by the contractor. A bid bond is required if proposals exceed $150,000. This RFP emphasizes the federal government's initiative to enhance and maintain accessibility in national parks through structured contractual agreements, ensuring compliance with federal standards. The meticulous structure and guidelines provided aim to facilitate a comprehensive bidding process while promoting transparency and accountability in public project contracts.
    The document outlines the Bush Loop Trail Rehabilitation project located within the Sequoia National Forest in California, specifically managed by the Western Divide Ranger District. The project's primary goal is to rehabilitate a designated trail area to improve accessibility and ensure proper drainage features, including specific construction notes for trail management. Key components of the documentation include maps detailing the project vicinity, trail alignment, and quantities of materials required for the rehabilitation work. General notes and best management practices (BMPs) are also included to guide implementation. The Forest Service's contact information is provided for coordination and inquiries. This project exemplifies the Forest Service's commitment to maintaining and enhancing recreational trail systems while adhering to ecological best practices.
    The Fire Plan for Construction and Service Contracts outlines responsibilities for fire prevention and suppression in contract areas. It mandates contractors to comply with fire safety measures, designate a fire supervisor, and maintain fire tools and equipment in compliant condition according to the California Public Resources Code. Specific requirements include equipped machinery with safety features, fire extinguishers, and sufficient water supplies for fire suppression. The plan also outlines various Project Activity Levels (PALs), determining operational restrictions based on fire danger assessments, which must be updated daily. Contractors must report fires promptly to the Forest Service and ensure communication systems are in place. Compliance with California law and acquiring necessary permits for potentially hazardous activities (like burning or welding) is emphasized. The plan reflects a comprehensive framework aimed at mitigating fire risks during construction and service operations, illustrating government commitment to environmental safety and community protection.
    The Trail of 100 Giants Trail Rehabilitation Project outlines supplemental specifications relevant to the construction of National Forest System Roads, following FP-14 Standards. The document provides comprehensive guidelines covering terminology, work scope, quality control, material specifications, contractor responsibilities, public traffic management, and erosion control. Key provisions include the deletion of specific sections to streamline processes, revised definitions for terms used in construction, and updated procedures for bid execution and contract management. Particular attention is given to quality control measures, requiring qualified personnel for material testing and inspection, and strict adherence to environmental regulations during construction activities. The planned rehabilitation aims to ensure safe access while minimizing traffic disruption and establishing effective erosion control measures. Overall, these specifications reflect the government's intent to enhance infrastructure while promoting safety, efficiency, and environmental stewardship during construction projects.
    The document outlines a Request for Information (RFI) for the reconstruction of the Bush Loop Accessible Paved Trail in Sequoia National Forest, identified by the reference number 127EAW25R0030. It specifies that all inquiries regarding the RFI should be submitted solely in writing to the designated Contract Specialist, Tanya Torres, via email, along with a completed form detailing the questions. Telephone inquiries are not permitted. The form includes space for the company name, the individual submitting the question, the date, and a contact phone number, as well as sections for listing multiple inquiries pertaining to the solicitation or technical data. The process is designed to ensure that all responses to RFI are systematically documented and communicated through formal amendments posted on SAM.gov. This procedure highlights the organized approach required for federal solicitations and emphasizes the importance of structured communication in the procurement process.
    The USDA Forest Service has issued a Pre-Solicitation Notice for the upcoming reconstruction of a 0.46-mile handicapped-accessible paved trail, the Bush Loop, in the Sequoia National Forest, California. This project aims to enhance accessibility while protecting the sensitive giant sequoia grove. Key tasks include vegetation trimming, removing existing trail components, widening and repaving the trail, replacing drainage pipes, seal coating, and adding an accessible parking space with signage. The project is scheduled to begin in September 2025 and is expected to take 90 days to complete. The solicitation will be a total small business set-aside with an estimated contract value between $250,000 and $500,000, adhering to Davis-Bacon Wage Rates. The project falls under NAICS code 237310, focusing on highway, street, and bridge construction. Interested contractors must monitor the SAM.gov website for the solicitation, expected to be posted around July 16, 2025. It is mandatory for bidders to register in the System for Award Management (SAM) to be eligible for the contract. For inquiries, the Contract Specialist, Tanya Torres, is available via email.
    The document outlines a Request for Proposals (RFP) for the reconstruction of the Bush Loop Accessible Paved Trail in Sequoia National Forest, California. The solicitation, numbered 127EAW25R0030, is issued by the USDA Forest Service and aims to improve accessibility by reconstructing approximately 0.46 miles of trail to accommodate handicapped individuals while ensuring compliance with environmental standards. The project budget is estimated between $250,000 and $500,000, and it is set aside for small businesses. Key tasks include removing and disposing of existing materials, widening the trail, repaving, improving drainage, and creating an accessible parking area. Proposals must detail pricing for all items listed, and a bid guarantee is required for proposals exceeding $150,000. The contractor is expected to begin work within 10 calendar days of receiving a notice to proceed and must complete the project within 90 days. The document also specifies submission requirements, deadlines for inquiries, and various clauses governing contract execution, payment processes, and insurance provisions. The emphasis is placed on contractor accountability, compliance with regulations, and maintaining safety standards, reflecting broader governmental efforts to enhance infrastructure while considering environmental and community needs.
    Similar Opportunities
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    FSR 535/536 Recondition & Resurfacing - Coconino NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the reconditioning and resurfacing of approximately 4.00 miles of FSR 535 and the replacement of six culverts on FSR 535 and FSR 536 in the Coconino National Forest near Flagstaff, Arizona. The project aims to enhance road safety and accessibility, which is crucial for forest management and public use. The estimated contract value ranges from $250,000 to $500,000, with proposals due by January 9, 2026, at 15:30 local time. Interested bidders can reach out to Blaine Greenwalt at blaine.greenwalt@usda.gov for further inquiries.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    GAOA – Strawberry – Kamas Bunkhouse Renovations on the Uinta/Wasatch/Cache National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking qualified small businesses to undertake renovations at the Strawberry-Kamas Bunkhouse on the Uinta/Wasatch/Cache National Forest in Utah. The project involves comprehensive demolition, construction, and remodeling efforts to address housing deterioration at two sites, which include multiple bunkhouses and residences. This procurement is significant for maintaining essential facilities that support visitor services and forest management operations. Interested vendors must be registered in SAM.gov and are encouraged to monitor the site for updates, with a project budget estimated between $500,000 and $1,000,000 and a proposal submission deadline set for January 26, 2026. For further inquiries, contact Kellie Shaw at kellie.shaw@usda.gov or 208-313-3852.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    Polaris Snowmobile Sierra NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of a 2025 Polaris Ranger Crew XP 1000 snowmobile for the Sierra National Forest Bass Lake Ranger District. The primary objective is to enhance operational capabilities in managing national forest resources through the acquisition of this advanced vehicle, which features an 82 HP ProStar 4-Stroke engine, advanced drivetrain capabilities, and various safety and comfort features. Proposals must be submitted by December 18, 2024, with questions accepted until December 13, 2024; interested parties should contact Tammy Perrine at tammy.perrine@usda.gov for further information. This procurement is set aside for small businesses under NAICS code 336999, with a size standard of 1,000 employees.
    Humboldt-Toiyabe National Forest Prospectus for Campground and Related Granger-Thye Concessions
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking applications for a concession campground special use permit within the Humboldt-Toiyabe National Forest, starting January 1, 2027, for a duration of five years with a potential five-year extension. The opportunity involves the operation and maintenance of government-owned recreation facilities, covering 19 developed recreation sites across the Bridgeport and Carson Ranger Districts, with an average gross revenue of approximately $680,680.31 over the past three years. Interested applicants must submit a detailed proposal by March 2, 2026, which will be evaluated based on their operating plan, business experience, financial resources, and proposed fees, with a minimum annual fee set at $31,379.36. For further inquiries, potential applicants can contact Chris Eddy, Recreation Management Specialist, at christopher.eddy@usda.gov or by phone at 775-431-7660.