GAOA Historic Guinavah-Malibu Campground and Amphitheatre Reconstruction
ID: 1240LS25R0002Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 7Ogden, UT, 844012310, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF RECREATION FACILITIES (NON-BUILDING) (Z2PA)

Set Aside

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

    The U.S. Department of Agriculture, Forest Service is seeking qualified contractors for the reconstruction of the Historic Guinavah-Malibu Campground and Amphitheater located in Cache County, Utah. The project involves extensive renovations, including the construction of a new entrance road, trailhead parking, and the removal of existing structures, while preserving historical features from the Civilian Conservation Corps (CCC). This total small business set-aside opportunity has an estimated contract value between $1,000,000 and $5,000,000, with proposals due by August 28, 2025, and a project completion timeline of 365 calendar days from the award date. Interested contractors can reach out to Chris Hansen at christine.m.hansen@usda.gov or by phone at 385-509-1895 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Forest Service has issued RFP 1240LS25R0002 for the reconstruction of the Historic Guinavah-Malibu Campground and Amphitheater in Cache County, Utah. The project, estimated between $1,000,000 and $5,000,000, includes a base bid for a new entrance road, trailhead parking, and demolition of existing structures. Optional bids cover the construction of new campground loops (West and East sides) with roads, restrooms, and site furniture; asphalt paving; new pavilions; and amphitheater and interpretive trail restoration. Proposals are due by August 28, 2025, with questions by August 13, 2025. The project requires completion within 365 calendar days of award, adherence to Buy American Act provisions, and specific insurance coverage.
    The USDA Forest Service has issued RFP 1240LS25R0002 for the reconstruction of the GAOA Historic Guinavah-Malibu Campground and Amphitheatre in Cache County, Utah. This project, estimated between $1 million and $5 million, aims to modernize the campground built in the 1960s while preserving its historical features from the Civilian Conservation Corps. Proposals are due by August 28, 2025, with a performance period of 365 days post-award. The scope includes constructing new roads, removing existing structures, and installing amenities such as toilets and pavilions. Several options are available for contractors, including asphalt paving, pavilion construction, and amphitheater restoration. Contractors must comply with federal regulations, including bonding and insurance requirements, and permit regulations for work in public areas. The solicitation provides a comprehensive breakdown of items, pricing, and technical specifications necessary for bidders to prepare proposals accurately. This RFP underscores the government's commitment to effective project management and its focus on enhancing public outdoor spaces while protecting cultural heritage.
    The USDA Forest Service's Guinavah-Malibu Campground Renovation Project outlines the rehabilitation of historic toilet/storage buildings, construction staking, and procedures for measurement, payment, mobilization, submittals, quality control, selective demolition, obliteration of old roadways, and sediment/erosion control. The project involves upgrading existing toilet buildings, converting them to storage, and performing extensive demolition and repair work in accordance with various building and electrical codes. It details requirements for construction staking of all site features, including roads, buildings, and utilities. The document also specifies methods for measurement and payment, submittal procedures for project documentation, quality control measures including testing and inspection, and protocols for selective demolition with a focus on hazardous materials like lead-based paint. Additionally, it covers the obliteration and revegetation of old roadways and parking spurs, and the implementation of sediment and erosion control measures, including the requirement for an NPDES permit.
    The United States Department of Agriculture, Forest Service, Intermountain Region, is undertaking a renovation project at the Guinavah-Malibu Campground within the Uinta Wasatch Cache National Forest. This project includes selective demolition and rehabilitation plans for the Historic Amphitheater Toilet and Historic Group Area Toilet, converting them into storage buildings. Key demolition tasks involve removing wood shingles, toilet fixtures, piping, wood partitions, and concrete slabs to remove sewer lines. Rehabilitation efforts focus on installing new roofing, patching walls, repainting interior and exterior wood surfaces, and installing new freeze-proof hydrants. The project also details electrical demolition and installation for the campground, including the removal of existing poles, lighting, and feeders, and the installation of new electrical services, panelboards, and luminaires for storage buildings, pavilions, and the amphitheater area. Specific attention is given to adhering to electrical codes, ensuring proper burial depths for conduits, and coordinating with utility companies. The project emphasizes maintaining historical features while upgrading facilities.
    The General Decision Number UT20250105, effective January 3, 2025, outlines prevailing wage rates for highway construction projects in Cache County, Utah, under the Davis-Bacon Act. It specifies minimum wage requirements based on Executive Orders 14026 ($17.75/hour for contracts entered into on or after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022). The document lists various construction worker classifications, including electricians, carpenters, laborers, and equipment operators, along with their respective wage and fringe benefit rates. It also details the application of Executive Order 13706 for paid sick leave. The file provides guidance on conformance requests for unlisted classifications and outlines the appeals process for wage determination matters, including contacts for the WHD Branch of Wage Surveys and the WHD Branch of Construction Wage Determinations.
    The document outlines a Past Performance Questionnaire (RFP No.: 1240LS25R0002) used by government agencies to assess contractor performance. It is divided into two main parts: Contract Information and Performance Assessment. Part I gathers basic contract details such as customer organization, reference name, contract number, type, value, and a description of work. It also includes sections for identifying problems encountered and an overall recommendation from the customer. Part II, the Performance Assessment, allows the reviewer to rate the contractor's performance across several key areas: Quality of work or service, Schedule adherence, Management, Customer Satisfaction, and Regulatory Compliance. Each performance area is evaluated using a detailed five-tier rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) with a
    The USDA Forest Service's Guinavah-Malibu Campground Renovation Project encompasses several construction phases, primarily focusing on upgrading historic toilet and storage buildings, conducting selective demolition, and ensuring effective sediment and erosion control measures. The project includes a base bid and additive bid items for rehabilitating existing toilet buildings, converting them into storage facilities through extensive repair work involving demolition and installation. Quality control, safety protocols, and adherence to regulatory requirements are emphasized throughout, particularly concerning potential hazardous materials such as lead-based paint. Key tasks outlined include the construction staking of various site features and the obliteration of old roadways, which involves grading and drainage adjustments to promote revegetation and prevent erosion. Payment structures for completed work will be based on lump sum measures, covering the contractor's costs for labor, materials, and any necessary equipment. The document underscores the importance of the contractor's quality control plan and submittal procedures to achieve compliance with contract specifications while addressing potential environmental impacts. This extensive renovation project demonstrates a commitment to preserving historical structures while enhancing the campground's functionality and environmental sustainability.
    The document outlines the renovation plans for the Guinavah-Malibu Campground's historic amphitheater and toilet facilities within the Uinta Wasatch Cache National Forest. The project involves selective demolition and renovation processes, including the removal and disposal of outdated structures and fixtures such as wood shingles, toilets, and piping systems. Key preparations include installing a freeze-proof hydrant, patching concrete slabs, and repainting surfaces. There are specific instructions for maintaining historical integrity during these updates, emphasizing the need to salvage and reinstall original hardware where applicable. Additionally, the electrical site plans detail the removal and reinstallation of various electrical systems and fixtures necessary for campground operations. This renovation aims to enhance infrastructure while preserving the historical significance of the facilities, reflecting the Forest Service's commitment to improving visitor experience and safety in compliance with federal standards.
    This document outlines the General Decision Number UT20250105 related to highway construction projects in Cache County, Utah, effective January 3, 2025. It emphasizes wage rates required under the Davis-Bacon Act, noting the minimum hourly wages set by Executive Orders 14026 and 13658. Contracts executed or renewed after January 30, 2022, must pay at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour, unless a higher rate is specified. The document includes detailed wage determinations for various construction classifications such as electricians, carpenters, laborers, and equipment operators, along with their respective wage rates and fringe benefits. It describes the process for appealing wage determinations and stresses compliance with worker protections, such as paid sick leave under Executive Order 13706. This document serves to inform contractors about necessary wage rates and labor standards for compliance with federal government contracts, ensuring equitable pay in federally funded construction projects. Additionally, it reinforces the importance of adhering to required federal labor standards in local projects.
    Amendment #2 to Solicitation #1240LS25R0002 for the Guinavah-Malibu Campground Reconstruction project addresses contractor questions regarding materials and construction methods. It clarifies that roof replacement on comfort stations will be a full replacement, including new sheathing, ice and water shield, cedar breather, cedar shingle roof, and sheet metal flashing, as detailed on page A9 of the drawings. The amendment also confirms that manufactured stone, not natural stone, is desired for the project, and that bidding should adhere to the current Schedule of Items. Additionally, it specifies that dumpster enclosures should follow the current Schedule of Items, including cast-in-place concrete wall construction with veneer on both inside and outside surfaces, despite suggestions for alternative CMU construction and elimination of interior veneer for cost savings.
    The document is Amendment 0001 to Solicitation 1240LS25R0002, dated August 11, 2025, for the Intermountain Zone, CSA #7. Its primary purpose is to include an additional attachment: a Past Performance Questionnaire for the project. This amendment outlines the procedures for offerors to acknowledge its receipt, either by completing specific items on the form, acknowledging it on their offer copies, or through a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified deadline may lead to the rejection of an offer. It also details how offerors can change previously submitted offers in light of this amendment. The document clarifies that the contractor is not required to sign and return copies of this specific amendment. It also provides comprehensive instructions for completing various fields on the Standard Form 30, which is used for amending solicitations or modifying contracts, covering aspects like effective dates, issuing offices, contractor information, and accounting data. The amendment confirms that all other terms and conditions of the original solicitation remain unchanged.
    This document, Standard Form 30 (SF-30) "Amendment of Solicitation/Modification of Contract," outlines procedures for amending solicitations and modifying contracts within the federal government. It details how offerors must acknowledge amendments, including options for submission and the consequences of late acknowledgment. The form provides sections for identifying contract and amendment details, effective dates, administrative information, and descriptions of changes. It clarifies that the contracting officer's signature is not always required on solicitation amendments. The specific amendment provided in the file, 1240LS25R0002, issued by Christine Hansen for the Intermountain Zone, primarily serves to provide answers to submitted questions, with the closing date and time remaining August 28, 2025, at 1:00 PM Mountain Time. The document also includes instructions for completing various fields on the form, such as Contract ID Code, Effective Date, Issued By, Name and Address of Contractor, and Accounting and Appropriation Data, ensuring proper documentation and compliance with federal acquisition regulations.
    Similar Opportunities
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    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.
    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.
    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.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    Custer Gallatin NF Fairy Lake Phase 2 Road & Recreation Improvements
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is preparing to solicit bids for the Fairy Lake Phase 2 Road and Recreation Improvements project located in the Custer Gallatin National Forest, Montana. This project aims to enhance Fairy Lake Road 74 and related recreational infrastructure through various tasks, including excavation, drainage improvements, road reconditioning, trail surfacing, and the installation of new facilities such as turnouts and a vault toilet. The improvements are crucial for maintaining access and enhancing recreational opportunities in the area, particularly as the project follows the completion of Phase 1, which is expected to conclude by October 15, 2026. Interested vendors are encouraged to visit the project site in fall 2025, although no formal site visit is scheduled at this time. For further inquiries, potential bidders can contact Lisa Rakich at lisa.rakich@usda.gov or Jeff Black at jeffrey.black2@usda.gov.
    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.
    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 Idaho Airstrip Back Country 2
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service at Payette National Forest, is soliciting proposals for the GAOA Idaho Airstrip Back Country 2 project, which involves maintenance and upgrades at three backcountry airstrips: Chamberlain, Cold Meadows, and Cabin Creek. The project aims to address essential deferred maintenance tasks, including vegetation clearing, installation and replacement of various airstrip infrastructure, and ensuring compliance with environmental regulations, all while utilizing non-motorized and non-mechanical equipment. This initiative is crucial for maintaining access to these remote airstrips located within the Frank Church River of No Return Wilderness, enhancing safety and functionality for aviation operations. Interested small businesses must submit their proposals by December 15, 2025, and can contact Pat Newberry at Patricia.newberry@usda.gov or Kellie Shaw at kellie.shaw@usda.gov for further information.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.