Primrose Trail Reconstruction
ID: 1240BJ24Q0010Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICECHUGACH NATIONAL FORESTANCHORAGE, AK, 99501, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

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 qualified contractors for the Primrose Trail Reconstruction project located in Seward, Alaska, within the Chugach National Forest. The project aims to restore approximately 5 miles of trail, addressing maintenance issues such as poor drainage and steep terrain, while adhering to USFS Class 3 Bicycle Design Parameters to enhance public accessibility and enjoyment. This initiative is crucial for maintaining recreational infrastructure and promoting environmental stewardship, with a project cost estimate between $500,000 and $1,000,000. Interested contractors must submit their proposals by September 6, 2024, at 4:30 PM AKDT, and can direct inquiries to Mai Moua at mai.moua@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to Solicitation No. 1240BJ24Q0010 regarding the Primrose Trail Reconstruction project in Seward, AK, under the Chugach National Forest. The amendment outlines modifications to the original solicitation, including updated drawings and responses to questions posed by contractors, which are detailed in several attached documents. The deadline for submission of offers has been extended to August 30, 2024, at 5:00 PM AKDT. The period of performance for the project is set from September 2, 2024, to November 28, 2026. The amendment emphasizes the necessity for contractors to acknowledge receipt to avoid rejection of their offers and specifies the standard forms and protocols to be used in these modifications. Overall, this document serves to ensure transparency and clarity in the bidding process while confirming that all other terms of the solicitation remain unchanged.
    The document is an amendment to solicitation number 1240BJ24Q0010 related to the Primrose Trail Reconstruction project in Seward, Alaska, within the Chugach National Forest. The primary purpose of the amendment is to extend the deadline for submitting offers to September 6, 2024, at 4:30 PM AKDT, while confirming that all previously stated terms and conditions remain unchanged. The amendment outlines the requirements for contractors to acknowledge receipt of the amendment, emphasizing that failure to comply may result in rejection of their offer. It specifies the methods for acknowledgment and permits changes to offers submitted prior to the new deadline. Overall, this document highlights the administrative process surrounding amendments to government solicitations, ensuring clarity in communication and maintaining adherence to the solicitation's established guidelines.
    The solicitation document pertains to the Primrose Trail Reconstruction project located in Seward, AK, under the management of the USDA Forest Service. The project requires comprehensive reconstruction and maintenance of a 5-mile section of the Primrose Trail, emphasizing labor, materials, and equipment. Proposals are encouraged from offerors registered in the System for Award Management (SAM), with a project cost estimate between $500,000 and $1,000,000. Key components of the solicitation include mandatory performance bonds and a requirement for a bid bond upon proposal submission. The timeline stipulates that work must commence within 14 calendar days post-award and be completed by November 28, 2026, including provisions to maintain public access and minimize disruption. Offerors must respond thoroughly to the Technical Evaluation Factors, with incomplete proposals likely facing rejection. The document outlines additional requirements such as compliance with biobased product policies as per the USDA's BioPreferred program and standard construction materials specifications. Strict adherence to safety protocols for potential hazards and environmental protection measures is emphasized, ensuring the contractor's responsibility in maintaining the scenic integrity of the forest area. This solicitation embodies a crucial step in maintaining and enhancing federal recreational infrastructure while adhering to environmental and safety standards.
    The document outlines the reconstruction project of the Primrose Trail located in the Chugach National Forest, managed by the United States Department of Agriculture Forest Service. It includes detailed maps, travel directions from Anchorage, Alaska, and an index of drawing sheets associated with the project. The reconstruction aims to improve trail conditions through standard construction practices, including clearing, surface preparation, and installation of structural components like culverts and retaining walls. Key components of the project detail the typical cross sections, surface materials, and drainage features necessary for sustainable trail management. Specific design standards dictate the dimensions and materials for trail treads, clearing limits, and various structural systems, ensuring compliance with regulatory standards. It emphasizes ecological stewardship, incorporating techniques to manage drainage, minimize erosion, and utilize local materials wherever possible. This project will enhance recreational access while preserving the natural environment, demonstrating compliance with federal guidelines for outdoor recreational infrastructure. The comprehensive guidelines and standardized practices outlined in this document reflect the federal government’s commitment to maintaining and enhancing public lands for community use and environmental sustainability.
    The document addresses a series of questions related to solicitation 1240BJ24Q0010 for the Primrose Trail project, clarifying discrepancies in the work log and bid schedule, operational protocols, and material sourcing for a trail construction. Key points include confirmation that 12-foot culverts will be used instead of 16-foot ones, acknowledgment that 37 feet of additional side ditch maintenance is required, and permission for spike camps under certain sanitation conditions. The U.S. Forest Service (USFS) intends to minimize helicopter operations over campgrounds and will consider contractor proposals for trail re-routes to reduce imported gravel needs. Clarification is provided on the use of onsite materials, with allowances for substitutions if they meet specifications. The document emphasizes risk mitigation concerning rock removal and facilitates contractor flexibility while maintaining environmental standards. Overall, this communication serves to streamline the solicitation process by addressing contractor inquiries and ensuring compliance with project specifications, reflecting federal grant and RFP procedures.
    The document outlines Solicitation No. 1240BJ24Q0010 for the Primrose Trail Reconstruction project, including a detailed bid schedule of tasks and associated costs. Key items include mobilization, brush cutting, trail restoration, various types of aggregate surfacing, culvert installations, and drainage management. The schedule identifies tasks using distinct measurement methods (e.g., lump sum, linear foot, each) and specifies quantities for each task, contributing to a project total which reflects the comprehensive scope of work required. Bidders must submit a proposal with a 20% bid bond and successful awardees will need to provide performance and payment bonds, both at 100%. Bidders are required to be registered and active in the System for Award Management (SAM) and must complete necessary certifications within the SAM system. This solicitation is central to governmental efforts to improve infrastructure, demonstrating the importance of compliance with procedures and regulations within federal and local grant processes in managing public works projects. The document emphasizes financial and regulatory requirements vital for contractors in the bidding process.
    The document outlines the tasks and details associated with the Primrose Trail Reconstruction project, focusing on various maintenance and construction activities necessary for restoration. Key tasks include mobilization, brush cutting, existing trail restoration, aggregate surfacing, and the construction and replacement of culverts, drain dips, and puncheons. The work is sequenced with specific reference points indicating the locations for each task along the trail. Detailed quantities and types of materials required for each activity are provided, reflecting the structured approach typical in government RFPs. The project aims to enhance trail usability and protect the surrounding environment, emphasizing maintenance techniques such as drain dip maintenance and side ditch construction. Overall, this document serves as a comprehensive plan for contractors responding to government requests for proposals regarding environmental and infrastructure rehabilitation.
    The document provides the General Decision Number AK20240002, detailing wage determinations for highway construction projects in Alaska, effective January 5, 2024. It outlines federal requirements under the Davis-Bacon Act, specifying minimum wage rates based on the type of contract and date of award. Contractors must adhere to wage rates established by Executive Orders 14026 and 13658, which dictate minimum pay rates of $17.20 and $12.90 per hour, respectively, depending on the contract's award date. The document lists specific wage classifications for various labor roles, including carpenters, electricians, laborers, and welders, along with their respective wage rates and fringe benefits. Additionally, it explains the appeals process for wage determinations, guiding affected parties on how to seek reviews and reconsiderations through the Wage and Hour Division of the U.S. Department of Labor. This summary underscores the importance of compliance with federal wage standards in construction projects, which significantly impacts contractor practices and worker protections, central to government RFPs and grant processes. It reflects the government’s commitment to ensuring fair wages and working conditions within federally funded projects.
    The document outlines potential sites, specifically a staging area and a boat launch, for the Primrose project. The emphasis is on identifying suitable locations for staging activities that support operational needs, likely for recreational or environmental purposes. The mention of a "potential staging area" suggests considerations for logistics and accessibility, serving as a preparatory site for equipment or personnel before engaging in a main project. The document appears to be part of a broader governmental RFP initiative aimed at facilitating projects that may require funding or grants for environmental, recreational, or community development. The concise terminology indicates its focus on pre-project planning, essential for ensuring successful implementation of future tasks associated with the Primrose project or similar endeavors. Overall, the document reflects preliminary assessments relating to site selection, crucial for compliance with planning and regulatory frameworks in government-funded projects.
    The Primrose Trail Reconstruction Specifications detail the guidelines for the construction and enhancement of the Primrose Trail, based primarily on the Forest Service Standard Specifications for Trail projects. The document outlines general requirements, terms, and various construction specifications across multiple sections. It covers essential aspects such as project intent, material control, quality assurance, payment procedures, and specific construction tasks like excavation, embankment, trail restoration, and clearing vegetation. Key specifications include the management of trail structure maintenance, installation of drainage systems, and techniques for handling hazardous trees and loose rock removal. Attention to environmental and wildlife impact is mandated. The document ensures compliance with safety and regulatory standards throughout the construction phases. Overall, these specifications serve as a structured approach to efficiently reconstruct the Primrose Trail while promoting environmental stewardship and public safety, aligned with federal and local government contracting requirements.
    The Primrose Trail Reconstruction project is focused on addressing various issues affecting the trail's existing conditions. Key tasks include the removal of corduroy, replacement of a culvert, and repair of a parallel ditch to mitigate erosion, which has resulted in exposed roots and problematic gullies that need to be filled. Additionally, the project aims to replace puncheons and bridges that are no longer functional. The trail's eroded tread is a significant concern; resurfacing is required in several areas, alongside the necessary replacement of drainage features. This reconstruction initiative underscores the government's commitment to maintaining and improving local infrastructure for safe and sustainable public use.
    The USDA's Primrose Trail Reconstruction project aims to restore approximately 5 miles of trail in Chugach National Forest, addressing maintenance issues such as poor drainage and steep terrain. The project will transform the trail to meet USFS Class 3 Bicycle Design Parameters, promoting sustainable public enjoyment. Scheduled from June 1, 2024, to November 1, 2026, the scope includes brushing, tread rehabilitation, and construction of drainage structures, with a focus on preserving the landscape and minimizing environmental impact. Contractor requirements encompass various tasks, including brush cutting, aggregate surfacing, and new trail construction, alongside strict traffic control measures to maintain accessibility. Environmental safeguards entail the protection of archaeological sites and compliance with weed-free material standards. The contractor is responsible for regular reporting and adherence to schedule adjustments, while coordination with nearby construction projects is necessary. This RFP emphasizes the federal commitment to enhanced recreational infrastructure while prioritizing ecological preservation and public safety. The detailed specifications ensure a comprehensive approach to trail rehabilitation, highlighting the government’s focus on environmental stewardship and community engagement.
    The document outlines the reconstruction project for the Primrose Trail located in the Chugach National Forest, Alaska, under the management of the U.S. Department of Agriculture Forest Service. It includes detailed travel directions to the site, an index of drawings, and specifications for trail work, such as typical cross-sections, drainage solutions, and material requirements. Key elements include surface courses, clearing limits for trees and logs, and construction specifications for drainage dips and culverts. The project aims to restore and improve the trail ecosystem while ensuring safety and durability through the use of native materials and erosion control practices. Specific attention is given to constructing retainers, managing drainage, and obliterating trails that are no longer in use. Compliance with local and federal regulations is emphasized, ensuring that the project aligns with broader conservation efforts. This document serves as a comprehensive guideline for contractors in preparing for the trail reconstruction, ensuring standardized practices are maintained throughout the restoration process.
    This document outlines the technical evaluation factors for awarding contracts under a federal Request for Proposal (RFP). The Technical Evaluation Panel will assess proposals based on seven key factors: Past Experience, Past Performance, Staffing, Quality Control and Quality Assurance, Project Schedule, Project Approach, and a mandatory Site Visit. 1. **Past Experience** evaluates the Prime Contractor’s relevant trail construction experience within the last five years, requiring details of up to five projects. 2. **Past Performance** focuses on the contractor's historical efficiency and compliance with laws, gauging reputation through customer feedback. 3. **Staffing** requires an organizational chart of key personnel, highlighting their qualifications and past collaboration on similar projects, including a licensed engineer in Alaska. 4. **Quality Control and Quality Assurance** necessitates a detailed QC/QA Plan addressing processes and personnel responsible for quality during construction. 5. **Project Schedule** demands a preliminary graphical timeline indicating major tasks, critical paths, and monitor methodologies while emphasizing the importance of project completion within one construction season. 6. **Project Approach** asks for a comprehensive explanation of the design and construction strategy focused on logistical feasibility in the Alaskan wilderness. 7. Companies are strongly encouraged to conduct a site visit prior to proposal submission. Overall, this document emphasizes stringent evaluation criteria to ensure that contractors are equipped and prepared to fulfill the project requirements effectively.
    The document outlines the technical design parameters for various National Forest System trails tailored to specific uses such as hiking, biking, horseback riding, and snowmobiling. It categorizes trails into classes based on their intended use and environmental conditions, detailing specifications for trail tread width, surface types, grades, cross slopes, and clearing requirements. Each user group—such as hikers, bikers, cross-country skiers, and ATVers—has distinct design parameters, with trails classified from Class 1, which are minimally managed, to Class 5, which provide advanced accessibility and maintenance standards. Specific guidelines for obstacles, protrusions, structures, and environmental factors — such as soils and hydrological conditions — further ensure safety and usability. The document serves as a comprehensive resource for planners and project developers involved in creating or maintaining trails within National Forests, emphasizing the need for adherence to established design specifications to promote sustainability and adventure safety. The flexibility for local deviations assures adaptability to unique trail conditions, aligning with federal forest management goals.
    The document outlines a comprehensive work plan for the reconstruction of the Primrose Trail, detailing various tasks, quantities, and associated pay items. Key activities include mobilization, brush cutting, culvert installation, aggregate surfacing, and the construction of drain dips and puncheons. The project emphasizes maintaining and improving trail conditions, restoring existing pathways, and implementing water management strategies through ditch and culvert systems. Specific reference points document the locations and types of work to be performed, ensuring structured execution and compliance with governmental requirements. The extensive list of tasks indicates a commitment to sustainable trail maintenance and rehabilitation. This initiative aligns with federal and state guidelines to enhance local infrastructure effectively.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    SRD-GRD Road Maintenance
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide road maintenance services for the Seward Ranger District (SRD) and Glacier Ranger District (GRD) within the Chugach National Forest in Alaska. The contractor will be responsible for all labor, supervision, materials, and equipment necessary to maintain the road systems, ensuring safe access to national forest lands through systematic maintenance activities such as grading, compaction, and spot surfacing. This procurement is crucial for maintaining infrastructure that supports recreational access and ecological stewardship in the region. Interested bidders must submit their quotations electronically by September 16, 2024, and can contact Veronica Lamboy Santana or Raymond Padgett III for further information.
    CRD Road Maintenance
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide road maintenance services for the Cordova Ranger District (CRD) within the Chugach National Forest in Alaska. The contractor will be responsible for all labor, supervision, management, tools, materials, and equipment necessary to maintain the CRD road system, ensuring safe access to national forest lands. This procurement is crucial for maintaining infrastructure in a vital ecological area, with a contract period extending from the date of award until November 30, 2024. Interested parties must submit their proposals electronically by September 18, 2024, and can direct inquiries to Veronica Lamboy Santana at Veronica.LamboySantana@usda.gov or Raymond Padgett III at raymond.padgett@usda.gov.
    Blue Lakes Trailhead Reconstruction
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the reconstruction of the Blue Lakes Trailhead located in the Grand Mesa, Uncompahgre, and Gunnison National Forests in Colorado. The project aims to enhance accessibility and safety by reconditioning the parking area, replacing old restroom facilities with new vault toilets, and implementing erosion and sediment control measures. This initiative is crucial for improving public infrastructure and promoting sustainable outdoor recreation while ensuring compliance with environmental standards. Interested contractors should contact Brenda Simmons at brenda.simmons@usda.gov, with a project budget estimated between $250,000 and $500,000, and a completion timeline of 210 days following the notice to proceed.
    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.
    Veterans Point Trail Rehabilitation
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the Veterans Point Trail Rehabilitation project located in the Black Hills National Forest, South Dakota. This project aims to restore a trail along Highway 385 near Pactola Lake Dam, ensuring safety and structural integrity while adhering to federal and state regulations. The contract, with a budget range between $250,000 and $500,000, requires contractors to submit sealed offers that meet specified technical, performance, and insurance requirements, with a proposal submission deadline set for October 7, 2024, by 5:00 P.M. EST. Interested contractors can contact Brenda Simmons at brenda.simmons@usda.gov for further information.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Meadow Creek Fence and Eagle Rock Ranck Habitat Improvement Fence
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) Forest Service is soliciting proposals for the construction and improvement of wildlife-friendly fencing in the Beaverhead-Deerlodge National Forest, specifically at the Wisdom Ranger District in Montana. The project entails the removal of existing fencing and the installation of new 4-wire fences, including associated braces and gates, while also requiring the clearing of brush and other obstructions along the fence line. This initiative is crucial for enhancing habitat conditions and ensuring compliance with federal regulations, particularly concerning environmental considerations and noxious weed control. The contract is set to commence in June 2025 and conclude by September 2025, with a budget magnitude estimated between $100,000 and $250,000. Interested contractors can reach out to Alisha Knaub at alisha.knaub@usda.gov or call 406-438-2981 for further details.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Tie-Johnson Fence
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking contractors for the Tie-Johnson Fence project located in the Beaverhead-Deerlodge National Forest, Montana. The contract involves the removal and construction of a 4-wire fence, including the removal of existing materials and clearing the fence line of brush and debris, with a performance period from June 1, 2025, to September 30, 2025. This project is crucial for managing and rehabilitating natural resources, ensuring compliance with federal regulations, and promoting environmental protections. The estimated contract value ranges between $100,000 and $250,000, and interested contractors must submit their proposals within 10 calendar days following award notification. For further inquiries, contact Alisha Knaub at alisha.knaub@usda.gov or call 406-438-2981.
    Beaverhead Deerlodge National Forest fencing and spring developments
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking contractors for the Beaverhead Deerlodge National Forest fencing and spring developments project, which involves fenceline clearing, construction of fencing, and spring site development using government-furnished materials. The project is located approximately 50 miles southwest of Butte, Montana, and aims to enhance natural resource conservation and habitat improvement within the forest. The estimated contract value ranges from $25,000 to $100,000, with work expected to commence on June 1, 2025, and conclude by October 15, 2025. Interested contractors must submit their quotes along with a completed experience questionnaire by the bidding deadline of September 23, 2024. For further inquiries, contact John Curry at john.curry@usda.gov or call 605-673-9216.
    Priest Lake Road Maintenance and Heavy Brushing Project
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Priest Lake Road Maintenance and Heavy Brushing Project in Idaho. This procurement involves approximately 18 miles of heavy brushing and 1.2 miles of roadway excavation, aimed at improving road conditions and maintaining drainage features to ensure safe traffic conditions. The project is a total small business set-aside, emphasizing the importance of small business participation in federal contracts, with a performance period from October 1, 2024, to September 30, 2025. Interested contractors should submit their technical and price proposals, demonstrating compliance with federal regulations, to Shawn Trout at shawn.trout@usda.gov by the specified deadline.