Teton Canyon Bridge Replacement Construction at Caribou-Targhee National Forest, Idaho
ID: 1240LT24R0072Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICECaribou-Targhee National ForestIDAHO FALLS, ID, 83401, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

Set Aside

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

    The U.S. Department of Agriculture's Forest Service is seeking proposals for the replacement of the Teton Canyon Bridge at Caribou-Targhee National Forest in Idaho, with a focus on enhancing recreational access and safety. The project involves the removal of the existing bridge and the construction of a new prefabricated steel bridge, along with necessary site preparation and environmental considerations, to ensure compliance with federal and state regulations. This initiative is part of a broader effort to maintain and improve infrastructure within national forests, supporting both public access and ecological integrity. Proposals are due by 5:00 p.m. Central Time on September 24, 2024, and interested contractors should contact Mary Harding at mary.harding@usda.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal solicitation for the construction of a new bridge over Teton Creek on the Sheep Bridge Trail within the Caribou-Targhee National Forest in Idaho. The solicitation, identified as solicitation number 1240LT24R0072, specifies that the project is set aside for small businesses and follows a Lowest Price Technically Acceptable (LPTA) proposal evaluation process. The project includes removing the existing bridge and constructing a new one, along with site preparation and bank contouring. Additionally, there are options for a prefabricated steel pedestrian bridge. Proposals are due by September 24, 2024, emphasizing the need for potential bidders to understand the project's technical requirements through site visits. Contractors will need to submit performance and payment bonds within ten days of receiving a Notice to Proceed. The entire project execution is expected to commence by September 30, 2024, and complete by November 30, 2025, with potential penalties for delays. The document includes multiple legal clauses regarding insurance, bonding, labor standards, and Buy American requirements, ensuring compliance with federal regulations. Overall, it represents a significant infrastructure investment aimed at enhancing local transportation networks while supporting small businesses.
    The document is an amendment/modification to a solicitation issued by the USDA Forest Service for the Teton Canyon Bridge Replacement Construction project in Idaho under the Great American Outdoors Act (GAOA). The amendment, numbered 0001 and effective from September 13, 2024, serves to amend solicitation number 1240LT24R0072 dated September 12, 2024, and extends the deadline for offers. Contractors must acknowledge the receipt of this amendment through various means to ensure that their proposals are considered. The document specifies that all terms and conditions remain unchanged except where modified in this amendment, emphasizing the continuity of the contractual obligations. Overall, the purpose of this file is to inform potential contractors of the modifications to the previous solicitation, ensuring compliance with federal regulations while facilitating an efficient bidding process for the bridge construction project. The detailed structure follows the federal acquisition guidelines, highlighting the importance of timely communication and acknowledgment in the procurement process.
    The document outlines the amendments to Request for Proposals (RFP) 1240LT24R0072, focusing on a construction project managed by the federal government. Key changes include the introduction of several attachments detailing plans, specifications, and project photos essential for contractors. The instructions for offerors have been updated, emphasizing a revised technical approach that requires a comprehensive construction schedule and logistics plan. This includes a set start date for evaluation purposes. Additionally, the amendments add a new evaluation factor, Factor 3 – Key Personnel & Major Subcontractor(s). Offerors must submit detailed resumes for key personnel who will directly manage the project, as well as information about major subcontractors and their roles. The evaluation criteria have been adjusted to assess the qualifications and experience of these personnel and subcontractors in ensuring project quality and competency. The original Factor 3 focused on pricing has been renumbered to Factor 4. This document serves to clarify expectations and improve the selection process for contractors, ensuring the project’s successful execution in accordance with governmental standards and specifications.
    The U.S. Department of Agriculture's Forest Service, specifically the Teton Basin Ranger District of the Caribou-Targhee National Forest, is announcing a bridge replacement project for bridge number 6130-0.2, located near the Sheep Bridge Trail. The project's geographical coordinates are 43.757743° latitude and -110.989864° longitude. The document includes signatures from Chad Porter and Melvin Bolling, indicating official approval and acknowledgment of the project's details, dated May 23 and May 24, 2023, respectively. This project highlights the Forest Service’s commitment to infrastructure improvements within national forests, ensuring accessibility and safety for various users of the recreation area. It reflects the federal initiative to maintain and upgrade essential structures that support both public access and environmental integrity.
    The USDA's Statement of Work (SOW) outlines a project for the construction of two pedestrian bridges in the Caribou-Targhee National Forest near Driggs, Idaho. Bridge 1, known as Sheep Bridge, will replace an existing structure to improve recreational access, while Bridge 2 will be installed to separate pedestrian traffic from vehicles for safety reasons. The contractors are required to design, fabricate, and install both bridges in accordance with AASHTO LRFD design specifications. Key tasks for Bridge 1 include removing the old bridge, creating geocell foundations, and constructing the new prefabricated steel bridge. For Bridge 2, the process involves similar preparatory steps with the addition of precast concrete sills. The timeline for project completion aims for the end of the 2024 field season, considering environmental conditions and specific work windows. Contractors will need to appoint a key individual with bridge design and installation expertise for effective communication with the Forest Service throughout the project. Overall, this SOW reflects the government's initiative to enhance infrastructure while ensuring public safety and access within national forest areas.
    The Forest Service Supplemental Specifications for the Teton Canyon Trail Bridge Replacements document outlines the requirements and procedures for the construction project. The specifications include a detailed breakdown of terms, definitions, and various sections relevant to contract execution, scope of work, quality control, and material handling. Key components focus on the contractor's responsibilities—using designated roads, controlling materials to be weed-free, and adhering to public traffic management guidelines enforced by the Manual on Uniform Traffic Control Devices (MUTCD). It emphasizes the importance of compliance with legal and environmental regulations throughout the project's duration, particularly in regards to erosion control, stormwater management, and weed prevention. Key sections have been deleted or modified to streamline processes and clarify responsibilities, stressing contractor qualifications and control measures. Additionally, specific measurement and payment procedures are outlined for proper compensation based on work performed. This document serves as a framework to ensure that construction activities maintain safety standards and environmental protection while fulfilling government regulations, thereby supporting the successful completion of bridge replacements in Teton Canyon.
    The document outlines wage determinations for highway construction projects in Idaho under the Davis-Bacon Act, highlighting minimum wage requirements based on current executive orders. It specifies that contracts awarded on or after January 30, 2022, require payment of at least $17.20 per hour to workers, while contracts awarded between January 1, 2015, and January 29, 2022, stipulate a minimum of $12.90 per hour. The wage determinations include detailed classifications of workers, their respective wage rates, and fringe benefits for various roles such as laborers, operators, and electricians. It also discusses the need for contractors to submit conformance requests for any unlisted job classifications necessary for the completion of the contract work. Additionally, the document details workers' rights under Executive Orders related to paid sick leave. The appeal process for wage determination disputes is highlighted, emphasizing the structured administrative steps for any interested parties. This file serves as essential guidance for contractors and subcontractors involved in federal highway construction projects, ensuring compliance with labor standards and worker protections.
    The document provides an overview of the Treasure Lake Bridge construction site, detailing its layout and access points. It includes descriptions and images taken from various locations around the bridge, showing abutments 1 and 2 from different angles. The primary access for construction will be on the south bank, with equipment expected to limit stream crossings to minimize impact. A mini excavator may access one of the abutments from the north side. The area downstream of abutment 2 is noted for its proximity to an existing road, which will be utilized as an access route, prepared by Forest Service personnel. This information is essential for ongoing planning and execution of the bridge construction project under federal guidelines.
    The document outlines a project for the replacement and enhancement of the Sheep Bridge over a creek. The existing bridge, with a span of approximately 50 feet, will be replaced with a prefabricated steel underhung truss bridge spanning 80 feet to increase water flow capacity and reduce the capture of woody debris. The new design involves reshaping streambanks to align with natural floodplain dimensions, removing existing earthen fill material, crib logs, and gabion wires from both sides of the creek, as well as concrete and rebar from the north side. Elevation adjustments will be made to approach trails to match existing trail elevations, with a maximum grade of 12%. Proper installation of a rock underdrain at the second approach will also be included. The project's intent is to restore the area’s natural hydrology and improve structural integrity, demonstrating compliance with environmental regulations while considering local ecological impacts within the context of federal and state grants or contracts for infrastructure improvements.
    This document outlines the wage determination for construction projects in Idaho, specifically related to highway construction across several counties. It references the Davis-Bacon Act, which mandates that contractors pay minimum wage rates, as specified in Executive Orders 14026 and 13658, based on the contract's initiation date. For contracts starting or renewed after January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts from January 1, 2015, to January 29, 2022, require a minimum of $12.90 per hour. Detailed wage rates for various labor classifications, such as cement masons, electricians, and truck drivers, are provided along with fringe benefits. The document also explains how to appeal wage determinations and the process for submitting conformance requests for unlisted classifications. It highlights the importance of following labor standards under the listed Executive Orders and ensuring worker protections, like paid sick leave as per Executive Order 13706. This wage determination serves a critical role in ensuring compliance with federal labor laws for contractors involved in state and federal construction projects, facilitating fair compensation and working conditions.
    Similar Opportunities
    White Mountain National Forest, Rob Brook Road Bridge Replacement, FR 35, MP. 0.1
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting bids for the replacement of the Rob Brook Road Bridge located in the White Mountain National Forest, Albany, New Hampshire. The project involves demolishing an existing 28-foot timber bridge and constructing a new 44-foot steel girder bridge, with a completion deadline set for October 31, 2025. This infrastructure improvement is crucial for maintaining safe transportation routes within national forests and reflects the government's commitment to environmental stewardship. Interested contractors must register in the System for Award Management (SAM) and submit their bids by September 10, 2024, with the anticipated contract value ranging between $500,000 and $1,000,000. For further inquiries, potential offerors can contact Brad Higley at bradley.higley@usda.gov.
    Crazy Woman Creek Corridor Updates - Forest Service Rd. 33 Repairs
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service under the Bighorn National Forest, is soliciting proposals for the Crazy Woman Creek Corridor Updates, which include critical repairs to Forest Service Road 33 in Wyoming. The primary objective of this project is to replace a bridge at milepost 1.70, with additional optional work involving the rehabilitation of other bridges, road improvements, and culvert replacements along specified mileposts. This initiative is vital for enhancing infrastructure integrity within the national forest, ensuring improved transport and access while adhering to environmental and safety regulations. Interested contractors must submit sealed bids by October 3, 2024, with a performance period set from January 1, 2025, to July 1, 2026. For further inquiries, potential bidders can contact Mark Reed at mark.reed@usda.gov.
    CARIBOU-TARGHEE NATIONAL FOREST - Stoddard Creek Campground Gravel
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the delivery of 1,000 yards of ¾ Road Base gravel to the Stoddard Creek Campground located in the Caribou-Targhee National Forest, Dubois Ranger District, Idaho. The project requires that bidders provide proof of specifications for the gravel to ensure compliance with project requirements, and it explicitly states that belly dump or side dump trailers cannot be used for the delivery. This procurement is part of broader federal initiatives aimed at enhancing recreational spaces and improving visitor amenities within public lands, thereby promoting outdoor activities and tourism. Interested contractors should contact Robyn Akins at Robyn.Akins@usda.gov or Curtis Neppl at curtis.neppl@usda.gov for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    ID FLAP IDAHO NF17(1), Mt. Idaho Grade Road Rehabilitation
    Active
    Transportation, Department Of
    The U.S. Department of Transportation, specifically the Federal Highway Administration, is soliciting bids for the rehabilitation of the Mt. Idaho Grade Road under project ID FLAP IDAHO NF17(1) located in Grangeville, Idaho. The project encompasses approximately 6 miles of roadway improvements, addressing critical issues such as roadway subgrade instability and inadequate drainage, which have led to surface deterioration. This initiative is vital for enhancing access to local national forests and recreational areas, ensuring compliance with federal construction standards while promoting safety and efficiency in transportation infrastructure. Interested contractors must submit their bids by October 8, 2024, following the guidelines outlined in the solicitation documents, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    Purchase and delivery of 15 picnic tables, 15 fire rings, and 15 utility tables to the St. Anthony Work Center.
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking proposals for the purchase and delivery of 15 picnic tables, 15 fire rings, and 15 utility tables to the St. Anthony Work Center in Idaho. The procurement aims to enhance recreational facilities in the Caribou-Targhee National Forest, with specific requirements for the products, including ADA compliance, snow load ratings, and durable materials. This initiative underscores the importance of accessible outdoor amenities for public enjoyment and aligns with federal guidelines. Interested contractors must submit their proposals by September 19, 2024, and can contact Morgan Sharp at morgan.sharp@usda.gov for further information.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Highway Administration seeks contractors for the Crown Point Trail project in Idaho, involving extensive trail construction and repairs. This small business set-aside project, valued between $700,000 and $2 million, requires expertise in highway construction and will be awarded through a sealed bid process. The upcoming procurement, anticipated in early 2025, aims to enhance a 2.7-mile trail stretch with resurfacing, slope repairs, and new construction, accessible for physical inspection now before snow sets in.
    San Juan Bridge Campground Road & Spur Deferred Maintenance (GAOA)
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the San Juan Bridge Campground Road & Spur Deferred Maintenance project located in Pagosa Springs, Colorado. The contractor will be responsible for providing all necessary materials, labor, and equipment to complete road resurfacing and campground maintenance, with a project budget estimated between $100,000 and $250,000. This initiative is part of the Great American Outdoors Act, aimed at enhancing public recreational spaces while ensuring compliance with environmental regulations. Interested small businesses must submit their proposals by September 20, 2024, and can direct inquiries to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov.
    UNITED STATES FOREST SERVICE, INTERMOUNTAIN REGION 4, ROAD AND BRIDGE CONSTRUCTION SERVICES MATOC
    Active
    Agriculture, Department Of
    The United States Forest Service, under the Department of Agriculture, is seeking qualified contractors for Road and Bridge Construction Services in the Intermountain Region 4. This procurement is part of a Total Small Business Set-Aside initiative, focusing on highway, street, and bridge construction, with the relevant NAICS code being 237310. The services are crucial for maintaining and improving infrastructure within national forests, ensuring safe access for both the public and forest management activities. Interested parties are encouraged to attend informational meetings scheduled in various locations, including South Jordan, UT, and Boise, ID, with additional details available through provided links. For further inquiries, contact Paul Larsen at paul.larsen@usda.gov.
    Idaho Panhandle National Forest Coeur D' Alene Nursery Roofing Replacements
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the replacement of roofs at the Coeur D'Alene Nursery in Idaho under Solicitation No: 1240LU24R0025. The project entails removing existing metal roofs and installing new metal roofing systems across multiple buildings, including necessary components such as underlayment, ice shields, and addressing any damaged roof sheathing. This initiative is crucial for maintaining the structural integrity of facilities used for agricultural and research purposes, with an estimated project cost ranging between $100,000 and $250,000, and completion expected by October 15, 2025. Interested contractors must submit their bids by September 23, 2024, and can contact Daniel Franco at daniel.franco@usda.gov or Pamela Baltz at pamela.baltz@usda.gov for further information.
    Project WV ERFO FS MNGAH921 2018-1(1) - Monongahela National Forest
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Eastern Federal Lands Highway Division, is seeking qualified small businesses for a construction project in the Monongahela National Forest, West Virginia. The project involves trail and road repairs, culvert replacements, and bridge reconstructions across 29 repair sites, necessitated by damage from significant storms, with an estimated total cost between $12 million and $15 million. This initiative aims to enhance infrastructure resilience and promote small business participation in federal contracting opportunities. Interested prime contractors must submit their qualifications by September 25, 2024, to Mr. Michael Sun at EFLHD.Contracts@dot.gov, adhering to specific formatting guidelines for their submissions.