UNITED STATES FOREST SERVICE, ROCKY MOUNTAIN REGION 2, ROAD AND BRIDGE CONSTRUCTION SERVICES MATOC
ID: 1240LU25R0008Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 9Ogden, UT, 844012310, 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 contractors for the Road and Bridge Construction Services Multiple Award Task Order Contract (MATOC) in the Rocky Mountain Region 2, specifically for projects including the South Cottonwood Creek Bridge Replacement and Berry Creek Culvert Replacement. The procurement aims to enhance infrastructure within national forests, focusing on road maintenance, bridge construction, and environmental compliance, with a total shared ceiling of $50 million and a minimum of 10 anticipated contracts. These projects are critical for improving access and safety in public lands while adhering to federal standards for quality and environmental protection. Interested contractors must submit proposals by February 27, 2025, to Contracting Officer Paul Larsen at paul.larsen@usda.gov, with project budgets ranging from $100,000 to $3 million depending on the specific task order.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Forest Service (USFS) invites bids for an Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) targeting road, bridge, and civil construction projects across Region 2 in the Rocky Mountain region. This requirement is solely set aside for small businesses, with a total shared ceiling of $50 million and a minimum of 10 anticipated contracts. The projects encompass a range of construction tasks including new road construction, road maintenance, and various types of bridge construction. The initial contract period is two years, with potential extensions through option years totaling up to five years. Each task order may vary, with a minimum value of $2,000 and a maximum of $3 million. Contractors are expected to comply with the Standard Specifications for Construction of Roads and Bridges, address environmental considerations such as weed management and cultural resource protection, and ensure quality control throughout the project lifecycle. Additionally, compliance with bonding, performance bonds, and submission of detailed project specifications and documents are key requirements. The Government will award task orders based on competitive bidding, focusing on both pricing and technical proposals. This initiative reflects a significant investment in infrastructure while promoting small business participation in government contracts.
    The document is an amendment to a solicitation regarding a government contract related to construction work, specifically focusing on environmental controls and water management systems. The amendment modifies the due date for offers to February 27, 2025, at 4:00 PM Mountain Time, and introduces substantial changes to the Cottonwood Schedule of Items, including revised pay item descriptions and unit classifications for soil erosion control and temporary water lines. It also makes specific alterations to plans and technical documents associated with various project locations, such as Berry Creek and Washakie, updating pertinent details like wage determinations and project expectations. The contractor is advised to acknowledge receipt of this amendment promptly, as failure to do so may result in the rejection of their offer. Additional supporting documents, including revised schedules and technical reports, are referenced, which are crucial for the bidders to ensure compliance with the updated terms and conditions set forth in this amendment. Overall, the directive highlights the procedural requirements for bidders amidst updates to project specifications.
    The Forest Service Supplemental Specifications (FSSS) outlines updated guidelines for road and bridge construction under the National Forest System, adhering to the Federal Highway Projects (FP-14). The document includes terms and definitions, contract execution processes, quality control measures, and specific construction requirements, including debris removal, soil control, and environmental protection mandates. It specifies the roles and responsibilities of contractors, including qualifications for quality control personnel and requirements for public traffic management during construction. The document emphasizes compliance with environmental standards, particularly regarding noxious weed control and protection of property and landscapes. The guidelines focus on maintaining safety, ensuring quality of work, accommodating public traffic, and managing natural resources effectively. The amendments promote efficient project execution while complying with federal regulations and prioritizing ecological stewardship.
    The document outlines specifications and requirements for the Berry Creek Culvert Replacement project managed by the USDA Forest Service. It emphasizes adherence to standard construction practices per the FP-14 and FSSS guidelines, detailing the contractor's responsibilities, including utility management and environmental protection throughout construction. Key stipulations include mandatory removal of existing culvert materials, specific operational timings for work within the stream channel, and protocols for disposing concrete waste to protect local water bodies. The project also states that in case bedrock is encountered, rock blasting becomes an optional task, and overall vegetation must be managed through careful seeding practices. The contractor is tasked with obtaining all necessary permits and ensuring that materials meet specified standards. The document concludes with an estimate of required quantities for various construction components, reinforcing that all construction activities must comply with federal, state, and local regulations. Overall, the document serves as a comprehensive guide for contractors while facilitating compliance and quality in the culvert replacement project within the White River National Forest.
    The Berry Creek Culvert Replacement project in the White River National Forest, managed by the Holy Cross Ranger District, outlines a detailed schedule of items necessary for construction. Key components include access road improvements, mobilization, environmental controls, and various excavation and backfill operations. The document specifies base items and their corresponding estimated quantities, pay item numbers, and unit prices, with specific structures like an aluminum box culvert and temporary traffic controls included. An optional item for rock excavation blasting is also noted. This project aligns with federal guidelines for infrastructure improvements on public lands, aiming to enhance environmental conditions and access while ensuring compliance with safety regulations. Overall, the document serves as a comprehensive plan for contractors to follow, facilitating effective bidding and project execution.
    The document serves as an example of an ITOP (Inspection Task Order Program) submittal register detailing the contractor submissions, government review processes, and required safety and procedural plans for various project components related to environmental and construction protocols. It outlines critical documentation such as safety plans, traffic control measures, testing control charts, and erosion control plans needed for project compliance. Each submission is systematically categorized with classifications, submission dates, review remarks, and dates of approval, reflecting a structured process for government oversight. The contractor is responsible for submitting an initial register and updates throughout the project, ensuring adherence to specific deadlines associated with construction tasks, safety measures, and quality control reports. The project's eventual approval hinges on meeting all outlined requirements, ensuring safety and regulatory compliance, particularly in environmentally sensitive contexts. This document emphasizes the importance of thorough planning and documentation for effective project execution, aligning with federal and state RFP protocols to ensure the integrity of the construction process in designated project locations.
    The task order proposal request (TOPR) outlines a project for the replacement of the Berry Creek culvert located in the White River National Forest, Holy Cross Ranger District, near Edwards, Colorado. The project aims to remove an existing culvert and install a new aluminum plate structure on concrete footings, rehabilitating the stream to match surrounding conditions. A key aspect of the work includes road closures, traffic control, erosion control measures, and access road improvements. The project's budget ranges between $100,000 and $250,000, requiring a 20% bid bond for quotes over $150,000. Contractors are expected to commence work within 14 days of receiving the notice to proceed and complete the project by November 30, 2025, adhering to specific timelines for in-stream work to avoid ecological disruption. Additional conditions regarding utilities, camping, and waste management are stipulated to ensure environmental protection. This TOPR represents a collaborative effort within the USFS framework, highlighting credentials, adherence to regulations, and outcomes that aim to improve forest infrastructure while preserving wildlife habitats. The proposal emphasizes the importance of responsible project execution in federally managed areas and establishes clear responsibilities for contractors throughout the duration of the project.
    The Task Order Proposal Request (TOPR) outlines the project for the replacement of the Berry Creek Culvert in the White River National Forest, located in Colorado. The work involves the installation of an aluminum plate structure for aquatic organism passage on concrete footings, along with significant site improvements and erosion control measures. The scope includes road closures, excavation, footings installation, waste removal, and site rehabilitation, with a budget range of $100,000 to $250,000. Contractors must provide a bid bond for offers over $150,000 and fulfill performance and payment bond requirements. The project is expected to commence within 14 days of receiving the Notice to Proceed and be completed by November 30, 2025. Key project considerations include adherence to environmental regulations, maintenance of access roads, and following specific construction timings to protect local wildlife. Necessary health and safety provisions for campsite maintenance during the project are also detailed. This procurement exemplifies the federal government’s commitment to infrastructure improvement while ensuring environmental stewardship and compliance with regulations.
    The document outlines the revised plans for the South Cottonwood Creek Bridge Replacement project in the Pike-San Isabel National Forest. Key changes include the removal of several miscellaneous work items related to a temporary bypass road, which will be established prior to construction. The revised plans maintain the original functional design and technical specifications approved in 2016. Contractors are tasked with utility management and responsible excavation and disposal of materials adhering to federal, state, and local regulations. Moreover, the document provides detailed specifications on construction materials, including concrete types, reinforcing steel standards, and specific quantities needed for various project elements. Emphasis is placed on compliance with the 14th edition of federal highway road and bridge specifications. Regulated environmental practices, such as avoiding the discharge of materials into local waterways, are highlighted, ensuring safety and environmental stewardship during the project. The document serves as a guide for contractors involved in the bidding and construction process, ensuring all parties are informed of the requirements and constraints for smooth project execution.
    The document outlines the specifications and design details for the South Cottonwood Creek Bridge Replacement Project in the Pike-San Isabel National Forest, managed by the U.S. Department of Agriculture's Forest Service. It focuses on structural design elements, including bridge girder layout, deck plans, reinforcing steel specifications, and instructions for concrete placement. Key notes highlight the necessity for epoxy-coated reinforcement in diaphragms and decks, as well as directives for inspecting conduit locations prior to installation. Additionally, various construction notes emphasize ensuring minimal disruption to existing utility services and the coordination required with utility companies during construction phases. The project includes specific guidelines for traffic control, phasing plans, and environmental considerations, ensuring compliance with federal standards. This project signifies a commitment to maintain public safety while upgrading infrastructure, demonstrating careful planning and adherence to engineering standards within federal project requisites. Overall, the document serves as a comprehensive guide for contractors and stakeholders involved in the bridge replacement, ensuring clarity in project execution and compliance with regulatory requirements.
    The document outlines the specifications for the construction of roads and bridges on federal highway projects, particularly focusing on the S. Cottonwood Creek Bridge #344-3.04 in Pike-San Isabel National Forest. It provides a comprehensive series of specifications categorized under various sections, including definitions, bid execution, work scope, and material control, among others. Essential topics comprise contractor responsibilities, quality control, environmental protections, and legal relations with public safety measures emphasized. Key stipulations highlight proper handling of hazardous materials, adherence to scheduled timelines, and maintenance of traffic flow during construction activities. The specifications also outline rigorous acceptance criteria for work done, including government inspections and sampling protocols. Emphasis is placed on using weed-free materials, maintaining safety, and mitigating fire risks during construction. This document serves as a guideline for contractors, ensuring compliance with federal standards and efficient project execution while safeguarding public and environmental interests. Overall, it reflects the government's commitment to maintaining infrastructure integrity and environmental protection in federally funded projects.
    This report details the geotechnical investigation for the South Cottonwood Creek Bridge replacement project, located in the San Isabel National Forest, Colorado. Conducted by HDR Engineering, the scope included evaluating subsurface conditions to establish geotechnical design and construction criteria. The findings indicate the presence of dense, bouldery sand, gravel, and cobble at depths of 7 to 11 feet, with no groundwater observed, allowing for footing foundations for abutments and wing walls. The proposed bridge will be 50 to 60 feet long and cater to light to moderate traffic loads. Excavation may face challenges from boulders, and adherence to local safety regulations is recommended. Essential construction considerations involve managing lateral loads on abutments and ensuring concrete specifications to combat sulfate exposure and frost action. Overall, the report emphasizes the stability of chosen soils for foundation support and outlines requirements for further excavation observations to account for variations from initial assessments. This geotechnical report supports the construction phase in compliance with federal and local regulations, demonstrating thorough planning for bridge replacement.
    The document outlines revisions to the construction plans for the South Cottonwood Creek Bridge Replacement Project #344-3.04, emphasizing the removal of certain work items associated with a temporary bypass road, with corresponding document annotations. It affirms that these revisions do not affect the functional design approved in prior years. The work will adhere to federal standards for roads and bridges, and a geotechnical report is available for reference. Contractors are responsible for managing existing utilities and ensuring environmental safety, particularly concerning concrete and waste disposal. Key details include specifications for materials, structural design, and excavation processes, including stipulations for reinforcing steel and concrete. The design is engineered to withstand specified loading conditions and to accommodate future upgrades. All construction considerations will comply with local and federal regulations to ensure environmental protection and adherence to safety protocols. This document serves as a critical guideline for contractors involved in the bridge replacement project, ensuring clarity and compliance with established standards.
    The document outlines the specifications and construction details for the replacement of the South Cottonwood Creek Bridge, located in the Pike-San Isabel National Forest within the Salida Ranger District. It includes detailed engineering plans, material requirements, and guidelines for the installation of critical infrastructure components such as girders, rebar layouts, and expansion joints. Key aspects include the construction of abutments, drainage provisions, and traffic control measures during the construction phase. The contractor must ensure that utility services remain uninterrupted, coordinate with utility companies, and adhere to environmental regulations regarding material use. Specific notes detail the installation process, material specifications (including epoxy coating and corrosion-resistant materials), and safety protocols. This project supports the federal government's initiative to enhance infrastructure in national forests, aligning with federal grant guidelines and local RFP requirements.
    The document outlines the South Cottonwood Creek Bridge project in the Pike-San Isabel National Forests and Cimarron and Comanche National Grasslands. It includes a detailed schedule of items required for construction, specifying pay items, unit prices, and estimated quantities for various work components, such as mobilization, surveying, soil control, excavation, structural work, and traffic control. The project employs a combination of actual and contract quantities for measurement and pricing. Each item is categorized with specific material and construction requirements to ensure compliance with federal standards. The purpose of the RFP is to solicit proposals from contractors to perform this bridge replacement, adhering to the guidelines and regulations established by federal and local authorities, emphasizing the project's importance to infrastructure development in the region. Overall, this document serves as a foundational component for engaging contractors in the infrastructure improvement efforts of the national forests area.
    The document outlines the Schedule of Items for the South Cottonwood Creek Bridge #34 project located in the Pike-San Isabel National Forests and nearby areas. It details various pay items necessary for construction, including mobilization, bridge survey, clearing and grubbing, excavation, structural work, and temporary traffic control. Each task is categorized by pay unit—either contract quantity (CQ) or actual quantity (AQ)—with corresponding units such as linear feet (FT), cubic yards (CY), and pounds (LB). The pricing structure is yet to be determined, indicating an ongoing procurement process. The emphasis on specific measurement methods suggests that the project will comply with rigorous federal standards for quality and performance. The document serves as a foundational reference for contractors seeking to bid on the bridge construction project while ensuring transparency and accountability in the use of federal resources. It reflects the government's commitment to maintaining infrastructure in national forest areas through meticulous planning and collaboration with local entities.
    The EXAMPLE ITOP Submittal Register provides a structured overview of submissions required by a contractor for the EXAMPLE project, including deadlines, acceptance statuses, and specific safety and quality control plans. The document outlines items submitted by the contractor, such as Hazardous Conditions Safety Plans, Progress Schedules, and various inspection reports, along with their dates of submission and government review outcomes. Each submission is classified and includes notations for government feedback, with distinctions between accepted and approved items. The contractor is responsible for identifying and providing all necessary submittals as outlined in individual project task orders. Submittals must be initially registered within 14 days of receiving a Notice to Proceed, with updates required throughout the project. This register is essential in ensuring compliance with safety and quality control standards, emphasizing the contractor's obligation to adhere to federal specifications and deadlines. Overall, the document underscores a systematic approach to project management and regulatory adherence within government contracting processes.
    The PSICC Cottonwood Bridge Replacement project is a competitive proposal request from the US Forest Service for bridge construction services located in the Pike-San Isabel National Forest, approximately 9.5 miles southwest of Buena Vista, Colorado. The scope of work includes utility relocation, bridge removal and construction, traffic control measures, and ensuring compliance with sanitation requirements for contractor facilities. The project has a price range of $1,000,000 to $3,000,000, necessitating a 20% bid bond and performance bonds for contracts exceeding $150,000. Work must commence within 14 days of the Notice to Proceed and be completed by May 20, 2026. Special conditions include the temporary closure of the adjacent picnic area during certain periods and construction of a bypass road for public access. Furthermore, contractors must ensure they do not disturb an adjacent gauging station and are responsible for utility line locates. The project emphasizes minority and female workforce participation goals. This RFP details the requirements and expectations for potential bidders, reinforcing the importance of structured and compliant project execution.
    The PSICC Cottonwood Bridge Replacement project is a competitive Task Order Proposal Request (TOPR) managed by the USDA Forest Service. The project involves replacing a bridge over South Cottonwood Creek in Colorado, with a budget between $1,000,000 and $3,000,000. Key activities include coordinating utility relocations, removing the existing bridge, constructing new footings and girders, and installing the concrete deck and utilities. Two Notice to Proceed (NTP) timelines are defined; the first for planning and material procurement, and the second for actual construction set to begin no later than June 29, 2025. The project site is located within the Pike-San Isabel National Forest, with specific conditions including the need for a temporary bypass road for traffic, responsibility for sanitation facilities, and adherence to local camping regulations. The contractor must also be aware of existing utility lines and the nearby gauging station. The project aims to enhance infrastructure while ensuring compliance with safety and environmental regulations. Additionally, specific socioeconomic goals are set, including 19% minority and 6.9% female representation among project workers. This initiative is part of the broader strategy for infrastructure development under federal guidelines.
    The Project Equipment Cleaning Verification and Inspection Form details the cleaning process of government-assigned equipment. It outlines the necessary components, including contract and project numbers, equipment details such as make, model, and ID number, and locations of cleaning and last operation. The document specifies the contractor representative's name and signature, with a date of cleaning verification, ensuring compliance with contract provisions related to removing soil, seeds, and vegetative material. The inspection verifies that all cleaning requirements have been met, confirming the equipment's readiness for future use. This form plays a vital role in maintaining environmental standards and ensuring the safe operation of equipment on various sites, underscoring the commitment to compliance in government RFPs and contracts.
    The document is a Past Performance Questionnaire associated with the USFS Region 2 Road and Bridge Construction MATOC, under Solicitation 1240LU25R0008. This questionnaire is designed for contractors (offerors) to gather feedback from clients regarding their previous projects, which will be evaluated by the United States Forest Service as part of the proposal assessment process. Offerors must submit completed questionnaires to the designated Contracting Officer, ensuring they are returned by a specified deadline before the solicitation closes. The questionnaire instructs the offeror to provide details about their past project experiences and requests client feedback on multiple performance criteria, including quality, timeliness, cost management, safety, and overall satisfaction. Clients must rate the contractor's performance using provided adjectives (Outstanding to Unsatisfactory) and may include additional remarks to support their assessment. The overall purpose is to ensure that the agency has comprehensive performance evaluations to make informed decisions during the contract awarding process. This structured approach emphasizes transparency and accountability in government contracting.
    The Rocky Mountain Region Contractor Fire Plan outlines fire prevention and suppression responsibilities for contractors operating on National Forest System lands. It mandates adherence to fire regulations, particularly during designated "Fire Precautionary Periods" from June 1 to October 31, when additional restrictions apply. Contractors must prepare a detailed Fire Prevention and Control Plan before commencing operations. Key requirements include maintaining communication systems, prompt reporting of any ignitions, and ensuring the presence of firefighting equipment and personnel during operations. Specific protocols for equipment usage, smoking, and fire tool availability are established to mitigate fire risks. Fire Guards must be appointed during high-risk activities like blasting and welding, ensuring readiness to address potential fires. The plan emphasizes strict adherence to fire restrictions determined by local authorities and necessitates prior approvals for any exceptions. Overall, the document serves as a comprehensive guideline for contractors to ensure safety and compliance with federal fire regulations while conducting operations within national forest areas, critical for protecting valuable natural resources and infrastructure.
    The document outlines the participation of various contractors and Forest Service representatives in upcoming site visit events related to the R2 Road and Bridge Construction Multiple Award Task Order Contract (R2 RBC MATOC). It provides names and affiliations of individuals attending site visits at two distinct locations: the Cottonwood Bridge on October 3, 2024, and the Berry Creek area on October 9, 2024. Key participants include representatives from different construction companies such as CBKN Dirtworks, B&B Crane and Rigging, and Veterans Construction, as well as multiple Forest Service personnel overseeing the projects. The purpose of these site visits is likely to assess contractor capabilities and gather insights for the upcoming Request for Proposals (RFPs) for transportation and infrastructure projects, highlighting the collaborative environment between government entities and private contractors in the execution of infrastructure grants and contracts. As part of the procurement process, this engagement is essential for ensuring transparency and efficiency in federal and state project initiatives.
    The document addresses the RFIs (Requests for Information) related to a Regional Road and Bridge Construction MATOC (Multiple Award Task Order Contract). Key inquiries clarify bid bond requirements, project qualifications, performance expectations, and specific project details for the Berry Creek Culvert and Cottonwood Bridge. Notable points include the requirement for a bond per seed project, the fact that past performance projects over $3M are acceptable, and the lack of a deadline for submitting RFIs. The Cottonwood Bridge project specifies two Notice to Proceed dates, construction timelines, and contractor responsibilities regarding utilities and traffic control signage. Other queries pertain to erosion control plans, testing responsibilities, and site visits for the Washakie Road project, which emphasizes contractor obligations for soil erosion control and pollution management. The document serves as a guide for contractors bidding on projects, ensuring they understand requirements, expectations, and crucial deadlines while maintaining compliance with federal contracting standards. Overall, it reflects the structured approach of government projects to clarify processes and enhance contractor understanding.
    The document is an order from the U.S. Department of Agriculture's Forest Service, delineating occupancy and use prohibitions on the Shoshone National Forest from March 1 to December 1. It focuses on regulations designed to minimize human-bear interactions and ensure public safety. Key prohibitions include the possession and storage of food and animal carcasses unless secured under specific conditions, such as being attended, suspended, or stored in bear-resistant containers. Camping near animal carcasses is also restricted. Exemptions exist for individuals with special use authorizations or state-issued black bear hunting licenses. The order, effective until December 31, 2026, emphasizes compliance and outlines penalties for violations, such as fines and possible imprisonment. The map of the affected area is included as an attachment, contributing to the overall aim of protecting wildlife and reducing conflicts between bears and humans in the region.
    The Washakie Road Work document outlines the Forest Service Supplemental Specifications pertaining to road construction for the Shoshone National Forest in 2024. It includes detailed sections on various aspects of the project, such as terms and definitions, scope of work, methods for controlling work quality, and guidelines for materials and construction procedures. Key highlights include contractor quality control measures, traffic management requirements during construction, and soil erosion control plans. Significant changes from previous standards include deletions of certain sections and specific requirements for roadway excavation, embankment construction, and public traffic accommodations. For instance, contractors must submit traffic control plans 30 days in advance and ensure minimal disruptions to public access. The document serves as a comprehensive guide for contractors, ensuring adherence to federal regulations while maintaining safety and environmental standards throughout the road work activities. This initiative underscores the Forest Service's dedication to enhancing infrastructure while protecting national resources and public safety.
    The Washakie Road Work 2024 project, overseen by the U.S. Department of Agriculture Forest Service in the Shoshone National Forest, aims to improve various sections of the roadways within the Washakie Ranger District. The project encompasses plans, specifications, and cost estimates that adhere to technical standards and environmental regulations. Key components include detailed schematics for specific National Forest System Roads (NFSR), general project notes on construction practices, and a list of traffic control measures and erosion control strategies. Work will focus on multiple NFSR sections, which include roadway reconditioning, culvert installation, and construction signage as per the Manual on Uniform Traffic Control Devices. The document outlines site preparation requirements, warning sign placements, and procedures for traffic management during construction periods. Additionally, the project includes environmental considerations such as erosion control measures with specific guidelines for silt fencing and straw wattles. The initiative symbolizes the Forest Service's commitment to maintaining and enhancing infrastructure, ensuring safe and accessible roadways for public use while adhering to federal compliance standards.
    The Washakie Ranger District is undertaking the Washakie Road Work project for 2024, focusing on various road maintenance and construction activities within the Shoshone National Forest. The project includes key pay items such as mobilization to and between sites, construction surveying, soil erosion and pollution control, as well as specific construction tasks like aggregate surface course placement and roadway reconditioning over approximately 33.9 miles. Additional measures include installing 18-inch corrugated metal pipes, cleaning culverts, and managing drainage dips. The document outlines quantities and types of construction tasks, each marked with a corresponding pay item number. This project aligns with federal and local considerations for infrastructure improvement and environmental management, ensuring effective road maintenance in the region while aiming at compliance with regulations. The cost details are pending, as indicated by the total amount listed as $0.00.
    The document serves as an ITOP (Interim Task Order Procedure) Submittal Register for a project named "EXAMPLE ITOP," which outlines the contractor's submissions, government reviews, and approvals involved in construction operations. The register includes detailed entries for various required documents such as the Safety Plan, Progress Schedule, and various inspection reports. Each entry records submission and review dates, classifications, and acceptance statuses. Key points highlight the contractor's responsibility to identify and submit all required documents as per project tasks, with initial submissions expected within 14 days after the Notice to Proceed. The register includes multiple components critical to construction project management, such as plans for hazardous conditions, erosion control, and traffic management. Additionally, the contractor is required to maintain an updated submittal register through the lifecycle of the project, addressing changes as necessary. This structure emphasizes thorough documentation and compliance with federal standards, ensuring the project's alignment with safety regulations and quality control measures. Overall, the document encapsulates essential operational procedures within government contracting, specifying timelines and responsibilities for the contractor in regards to project deliverables and inspections.
    The Task Order Proposal Request (TOPR) outlines the Washakie Road Work project, part of U.S. Forest Service (USFS) Region 2 Road and Bridge Construction Services. The project encompasses roadway reconditioning and culvert replacement across several National Forest System Roads in the Shoshone National Forest, Wyoming, with a budget range of $100,000 to $250,000. Interested contractors must submit proposals to Contracting Officer Paul Larsen by the specified date, addressing all inquiries to him in writing. The scope includes significant road renovations across various routes, involving aggregate placement, existing culvert maintenance, and drainage improvements. Notable locations referenced include NFSR 300, NFSR 302, and NFSR 326, among others, each requiring specific quantities of aggregate and installation of new culverts. Bonding requirements are detailed, with performance and payment bonds necessary for contracts over $150,000. Camping provisions and food storage regulations applicable during the project are outlined. Contractors must provide a work plan and schedule pre-approved by the Contracting Officer before commencing work, due for completion by November 1, 2025. The TOPR emphasizes adherence to environmental management goals, including minority and female participation targets in line with federal guidelines.
    The Washakie Road Work Project is a competitive Task Order Proposal Request (TOPR) issued under the USDA Forest Service for road construction and reconditioning in the Shoshone National Forest, Wyoming. The project scope includes reconditioning roads, replacing and installing culverts, and maintaining drainage features across various National Forest System Roads (NFSR). Key components include reconditioning approximately 32.5 miles of road, placing compacted aggregate, and cleaning existing drainage systems. The total project price range is estimated between $100,000 and $250,000, with specific bonding requirements and a completion deadline by November 1, 2025. Contractors must submit their plans for work and a schedule for approval before commencing work. Special conditions apply, including following applicable Forest Service Supplement Specifications. Camping is allowed for contractors with designated sites available in the region, and following safety protocols related to food storage is mandatory. The proposal encourages diversity in recruitment by setting goals for minority and female participation. This request aligns with federal initiatives to enhance infrastructure while ensuring compliance with environmental and safety standards, ultimately benefiting the local ecosystem and recreational access.
    Similar Opportunities
    Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is announcing a forthcoming solicitation for a Multiple Award Task Order Contract (MATOC) focused on construction work in Idaho, Montana, and surrounding areas. The opportunity includes a sample project for the rehabilitation of the parking area at the Glacier National Park Headquarters, designated as MT NP GLAC P HQ(3), which will be evaluated based solely on pricing, although it will not be awarded or constructed. This initiative underscores the government's commitment to enhancing infrastructure within national parks while adhering to federal and state guidelines for construction projects. Interested contractors are encouraged to visit the project site in West Glacier, Montana, before winter conditions limit access, and should direct technical inquiries via email to the provided address. The MATOC solicitation documents are expected to be available during the winter of 2024/2025, with updates accessible on the SAM site.
    WA ERFO FS MTBKR605 2020-1(1), Mt. Baker Snoqualmie ERFO Repairs 2020 Phase 1 & WA ERFO FS MTBKR605 2022-1(1), Mt. Baker Snoqualmie ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for emergency repair projects in the Mt. Baker-Snoqualmie National Forest, specifically identified as WA ERFO FS MTBKR605 2020-1(1) and WA ERFO FS MTBKR605 2022-1(1). The projects involve critical infrastructure improvements, including earthwork, roadside development, wall construction, and drainage systems across multiple sites in Washington, covering a total length of 0.4 miles. This initiative is vital for enhancing safety and accessibility in the region's roadways, with an estimated budget ranging from $700,000 to $2,000,000 and a fixed completion target set for Winter 2025. Interested contractors should contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details and to stay updated on the solicitation documents expected to be released in Winter 2024/2025.
    Superior National Forest - Roadway Grading
    Buyer not available
    The U.S. Department of Agriculture, through the Forest Service, is seeking contractors for roadway grading services on the Superior National Forest in Minnesota. The project involves maintaining approximately 1,579 miles of aggregate roadways across the East and West Zones of the forest, which is crucial for ensuring safe travel surfaces and effective drainage. Contractors will be required to follow the Standard Specifications for Construction of Roads and Bridges (FP-14) and specific supplementary specifications, with grading activities planned from June to November over a five-year period. Interested companies should provide their business name, SAM UEI, contact information, and small business status to Scott Beeman at scott.beeman@usda.gov, as a solicitation is expected to be posted on SAM around early March 2025.
    BPA Call Boulder Creek Culvert Removal
    Buyer not available
    The Department of Agriculture, specifically the Rogue River-Siskiyou National Forest, is seeking qualified contractors for the Boulder Creek Culvert Removal project. This procurement aims to address environmental and infrastructure needs by removing existing culverts that may hinder water flow and wildlife movement. The successful contractor will play a crucial role in enhancing the ecological health of the area, which is vital for local ecosystems and community safety. Interested parties should contact Jared Machgan at jared.machgan@usda.gov or call 458-212-6064 for further details, noting that this opportunity is set aside for small businesses under the SBA guidelines.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the reconstruction and paving of Trestle Creek Road in Bonner County, Idaho, under project ID FLAP BONNER 841(1). The project aims to enhance a 3.75-mile stretch of roadway by implementing improvements such as riprap placement, roadway aggregates, asphalt concrete pavement, and drainage enhancements, ultimately facilitating year-round access to the Kaniksu National Forest. This initiative is part of the government's commitment to infrastructure improvement and environmental stewardship, with an estimated contract value between $5 million and $10 million. Interested vendors should note that the solicitation is set to be released in Spring 2025, with a completion target of Fall 2025, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    BCLH Stewardship IRSC Phase 2
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
    OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Umpqua ERFO Repairs 2022 project located in the Umpqua National Forest, Oregon. The project involves the repair of a 0.19-mile aggregate roadway, including ditch regrading, slope stabilization, and the construction of a mechanically stabilized earth wall, with a focus on environmental compliance and infrastructure integrity. This initiative is part of federal efforts to maintain and improve infrastructure in natural areas, ensuring safety and environmental protection while promoting public access. The contract is a total small business set-aside, with an estimated price range between $700,000 and $2,000,000, and is anticipated 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 details.
    Forest Service - Phase I Road maintenance, Buckhorn Road
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for Phase I Road Maintenance on Buckhorn Road within the Los Padres National Forest in California. The project entails extensive road and drainage maintenance, including 11 miles of road blading and the restoration of drainage functions, with a contract value estimated between $250,000 and $500,000. This maintenance is crucial for ensuring safe and functional roadways in forested areas, particularly in light of environmental considerations and fire safety protocols. Interested contractors must submit their proposals electronically by February 13, 2025, and can direct inquiries to Tanya Torres at tanya.torres@usda.gov.
    Project CATO 10(5), 11(2), ETC - Catoctin Mountain Park
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Project CATO 10(5), 11(2), ETC, which involves the reconstruction and resurfacing of Foxville-Deerfield Road and Park Central Road within Catoctin Mountain Park, Maryland. The project aims to enhance park infrastructure by improving road conditions and includes ancillary improvements such as picnic areas and parking, with an estimated total cost between $5 million and $10 million. This initiative underscores the federal commitment to infrastructure development while promoting small business participation, as the contract is set aside for total small business concerns. Interested bidders must submit their electronic bids by the extended deadline of March 11, 2025, and can direct inquiries to Michael Sun or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    Sources Sought Announcement for Design-Build Con Svc in VA. VA Creeper Bridge /Trail Reconstruction DB. USDA-FS, George Washington and Jefferson National Forest.
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for a design-build construction service project focused on the reconstruction of the VA Creeper Bridge and Trail in Damascus, Virginia. The procurement aims to enhance the infrastructure of the bridge and trail, which are vital for recreational access and environmental stewardship within the George Washington and Jefferson National Forests. This opportunity falls under the NAICS code 237310, which pertains to highway, street, and bridge construction, and is classified under the PSC code Z2LB for repair or alteration of highways, roads, streets, bridges, and railways. Interested parties can reach out to Steven J Alves at steven.alves@usda.gov or call 859-334-0524 for further details regarding this sources sought announcement.