Superior National Forest - Roadway Grading
ID: 12444625Q0009Type: Sources Sought
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 7Atlanta, GA, 303092449, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)
Timeline
    Description

    The Department of Agriculture, specifically the Forest Service, is seeking small businesses to provide roadway grading services within the Superior National Forest in Minnesota. The project involves maintaining approximately 1,579 miles of various roadway types across the East and West Zones of the forest, with the objective of enhancing safety and comfort for motorists while ensuring effective drainage and reducing the need for costly major maintenance. This procurement is critical for maintaining infrastructure in protected natural areas, supporting both environmental management and public access. Interested contractors must submit their proposals by April 30, 2025, and can contact Scott Beeman at scott.beeman@usda.gov or 218-481-8981 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Superior National Forest is seeking contractors for roadway grading to maintain approximately 1,579 miles of aggregate roadways across its East and West Zones. The project is essential for enhancing safety and sustainability by ensuring smooth travel surfaces and effective drainage. Roadway grading involves reshaping with motor-graders to remove defects and restore proper surface conditions. Contractors are required to adhere to the Standard Specifications for Construction of Roads and Bridges (FP-14) along with supplementary specifications specific to the forest service. The project includes specific deliverables and a schedule, indicating key milestones for multiple grading rounds across both zones, accounting for weather and roadway conditions. The planned grading rounds span from June to November, with a detailed list of mileage and road conditions. This initiative reflects the government's commitment to infrastructure maintenance and environmental safeguarding within national forest areas.
    The document outlines a proposal related to grading within the East Zone of the Superior National Forest. It includes a list of codes, which likely correspond to specific tasks or projects associated with the grading initiative. Jurisdictions are categorized by various types, including county, local, private, state, state highway, and state lands. The main focus is on grading roads, lakes, and streams within designated forest districts such as Gunflint, Kawishiwi, and LaCroix. The file presents a geographic scale indicating distance and the areas in relation to the grading work. Overall, it addresses the logistical framework for managing infrastructure within the forested region, with an emphasis on ensuring appropriate jurisdictional oversight for the projects, which are aligned with government RFPs and grants aimed at natural resource management. This document serves as a foundational reference for stakeholders involved in forest grading operations and related assessments.
    The document outlines a detailed map of the Superior National Forest across various districts, specifically highlighting transportation routes such as Forest Service roads, state highways, county roads, as well as local and private roads. It is structured to categorize different road types using abbreviations to indicate their classification, alongside representations of natural features like lakes and streams. The districts mentioned include Gunflint, Kawishiwi, LaCroix, Laurentian, and Tofte, each containing a multitude of identified roads with corresponding numerical designations. This topographical information is crucial for assessing accessibility and infrastructure within these forested areas, potentially serving as essential data for federal and state agencies involved in planning, grants, or requests for proposals (RFPs) related to land management and conservation initiatives. The document serves as a resource to facilitate navigation and resource allocation within the Superior National Forest, indicating the landscape's complexity and the importance of maintaining these routes for operational efficiency in environmental management and public access.
    The document presents responses to frequently asked questions regarding Amendment #1 for Solicitation 12444625Q0009, which focuses on a forest road grading contract. Key points include that no mile markers exist on most roads, and survey and staking are not required. The contract does not cover the addition of fill material, ditch cleaning, reshaping, or compaction testing. Instead, the need for traffic control and temporary signage will be determined on a case-by-case basis by the Contracting Officer's Representative (COR) during pre-work meetings. Work hours are restricted to weekdays from 7:00 A.M. to 7:00 P.M., with no weekend or holiday work permitted without prior approval. The Statement of Work outlines multiple grading rounds for different areas, specifying that contractors should price according to the established schedules. Historical data regarding grading passes is not provided but indicates that grading must maintain road width and crown. This document offers clear guidelines for bidders to understand the scope of work, operational limits, and expectations for the grading contract on forest roads.
    The document outlines the Schedule of Items for a construction project focused on grading within the Gunflint and Tofte Ranger Districts of the Superior National Forest, located across Cook and Lake Counties. It presents a structured listing of grading tasks needed for various road types, including single-lane, double-lane, and recreational roads. The schedule is segmented into a base period and four option periods, detailing item numbers and estimated quantities for each type of work needed, with spaces designated for unit prices and total costs. Key points include the notice that payments will be made based on actual work performed, and all incidental costs related to the grading project—such as clearing and signing—are to be treated within the project's scope. The use of specific safety standards (MUTCD) for signage is also emphasized. This document serves as a comprehensive guide for contractors responding to the government’s request for proposals (RFP), outlining crucial information for budgeting and executing the required work.
    The document outlines the schedule of items for the East Zone grading project across Gunflint and Tofte Ranger Districts within the Superior National Forest, specifically for Cook and Lake Counties. It is structured into four ordering periods spanning from 2025 to 2029, each detailing various types of grading work categorized by lane type: single lane, double lane, and recreation mile. Each item includes estimated quantities but leaves spaces for unit prices and total costs to be determined. The final grand total for each ordering period is to be calculated based on actual work performed, following federal pay specifications. Additionally, the document emphasizes that all incidental work not listed is considered included in the pricing, and any required signs must comply with the Manual on Uniform Traffic Control Devices (MUTCD) standards. This schedule serves as a foundational reference for contractors responding to future requests for proposals (RFPs) or grants related to road grading and maintenance in the targeted forest district areas.
    The document outlines a schedule of items for grading services across the Kawishiwi, LaCroix, and Laurentian Ranger Districts within the Superior National Forest, located in St. Louis/Lake County. It delineates the base period and four option periods, providing a structured inventory of tasks categorized by single and double lane miles for each district, detailing estimated quantities without specified pricing. Additionally, it includes guidelines for payment based on actual work completed, citing FP-14 109.01 for operational specifics. It emphasizes that any incidental tasks like clearing, grubbing, and miscellaneous items are included in the structured work. Furthermore, any signage involved must adhere to the type III-high intensity retro-reflective standards as per the Manual on Uniform Traffic Control Devices (MUTCD). This schedule serves as a formal proposal for potential contractors to bid on grading contracts, ensuring transparency and standardization in the procurement process for public works within national forest contexts.
    The document outlines a Schedule of Items for a grading project within the Kawishiwi, LaCroix, and Laurentian Ranger Districts of the Superior National Forest, covering multiple years from 2025 to 2029. It details the estimated quantities and unit pricing for both single and double lane grading over specified mileages, with a total price to be determined upon completion. The schedules for each of the four ordering periods include identical item numbers and descriptions, emphasizing consistency across the years. Additionally, the document notes that payment will be made based on actual work performed, alongside provisions for incidental work such as clearing and signing, which are essential for project execution. The requirement for signs to meet specific metal and retro-reflective standards as per the Manual on Uniform Traffic Control Devices (MUTCD) is also highlighted. This document serves as a formal request for proposals (RFP) and grant solicitations, aimed at ensuring clarity and compliance in the development and maintenance of forest road infrastructure within the specified districts, thereby enhancing transportation and accessibility in these diverse natural areas.
    The solicitation numbered 12444625Q0009 invites small businesses to provide road grading services within the Superior National Forest. It requests proposals rather than a complete solicitation document and stipulates compliance with the Federal Acquisition Regulation (FAR) guidelines. Interested contractors must submit their offers by April 30, 2025, to the designated government contact. The work is categorized into East and West Zones of the forest, with requirements detailed in the included Statement of Work and attachments, such as maps and pricing schedules. Contractors must demonstrate their past performance and technical capabilities, including equipment and personnel information, to ensure successful execution of the project. Proposals must include a technical and price proposal alongside various required certifications. Additionally, the government emphasizes handling any conflicts during the contract period appropriately, allowing for multiple awards from the solicitation. The framework supports the government's initiative to engage small businesses while adhering to regulatory standards and ensuring sustainable practices are met throughout the contracting process.
    The Superior National Forest has issued a project statement of work (SOW) for roadway grading aimed at maintaining its extensive roadway network. The project covers approximately 1,579 miles of roadways across two zones: East and West, addressing single-lane, double-lane, and recreational roads. Roadway grading, critical for maintaining safety and comfort for users, involves reshaping the road surface to manage drainage and surface issues like potholes. Contractors are required to adhere to federal specifications and must schedule work to align with moisture conditions to ensure efficacy. The SOW details specific milestone deadlines for grading in both zones, emphasizing flexibility based on weather and budgetary constraints. Overall, this initiative underscores the commitment to sustaining the reliability of the road infrastructure within the Superior National Forest.
    The Superior National Forest Roadway Grading project outlines the maintenance of approximately 1,579 miles of various roadway types across the East and West Zones of the forest. The primary objective is to provide grading for crushed aggregate roadways to enhance safety and comfort for motorists, while ensuring effective drainage and reducing the need for costly major maintenance. Contractors are required to follow the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects (FP-14) and specific Forest Service Supplemental Specifications. The grading schedule includes four key milestones for both zones, with adjustments based on weather and road conditions. Detailed requirements include meeting moisture content standards during grading and employing methods to ensure a smooth road surface and proper structural integrity. Emphasis is placed on safety, necessitating compliance with state and local regulations, especially concerning hazardous material spills and maintenance of traffic warning signs. The document serves as a formal Request for Proposals (RFP) to engage contractors for roadway maintenance, reflecting the government's focus on sustainable infrastructure management in protected natural areas.
    The document outlines the wage determination for federal contracts under the Service Contract Act, specifically Wage Determination No. 2015-4939, Revision No. 25, which addresses minimum wage requirements for various occupations in Minnesota and Wisconsin. It stipulates wage rates that contractors must pay based on the effective Executive Orders 14026 and 13658, necessitating a minimum hourly wage of $17.75 or $13.30, depending on contract date and renewal status. Fringe benefits, including health and welfare compensation, paid vacation, and paid holidays, are outlined, along with required hourly rates for specific job classifications within the administrative, automotive, food service, health, and technical sectors, among others. Additionally, it highlights requirements surrounding the provision of paid sick leave under Executive Order 13706 and details the conformance process for unlisted job classifications. The document is structured to facilitate compliance for federal contractors, ensuring workers are compensated fairly and in accordance with current labor regulations, thereby promoting labor standards in government-funded projects.
    The document outlines Wage Determination No. 2015-4959, pertaining to the Service Contract Act as mandated by the U.S. Department of Labor. It establishes minimum wage rates and fringe benefits requirements for various occupations in Minnesota, effective for contracts awarded or renewed on or after specific dates. It stipulates that contracts entered after January 30, 2022, must pay workers a minimum of $17.75 per hour or higher rates depending on the occupation. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum rate is $13.30. Additionally, it emphasizes annual adjustments to these rates and outlines benefits like health and welfare compensation, vacation, and holidays. The document also highlights requirements under specific Executive Orders regarding paid sick leave and provides a conformance process for unlisted occupations. This determination is crucial for contractors involved in federal and state contracts, ensuring compliance with labor standards and worker protections in government RFPs and grants.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Sources Sought
    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.
    New Mexico Forest Engineering and Road Maintenance (FERM)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the New Mexico Forest Engineering and Road Maintenance (FERM) project, aimed at road maintenance and construction within the New Mexico National Forest areas, including the Carson, Cibola, Gila, Lincoln, Santa Fe, and Kiowa Forests. The procurement seeks to establish Blanket Purchase Agreements (BPAs) for various services, including construction, emergency work, and complex maintenance tasks, with a strong emphasis on sustainable practices and compliance with federal regulations. This initiative is crucial for maintaining infrastructure and supporting environmental stewardship in national forests, ultimately benefiting local communities and ecosystems. Interested vendors, particularly small businesses, are encouraged to submit their proposals, with inquiries directed to Chad A.T. Bullock at chad.bullock@usda.gov or Joey Korst at joseph.korst@usda.gov, as the solicitation remains open for continuous submissions.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking bids for the "Bighorn National Forest - GAOA Roadside Tree Clearing/Grubbing" project, which involves clearing, grubbing, tree removal, stump removal, and material disposal along designated forest service roads in Wyoming. The contract aims to enhance forest management and safety by removing roadside trees and debris, ensuring compliance with environmental regulations and public safety standards. This Total Small Business Set-Aside opportunity has a performance period from June 1, 2026, to October 31, 2027, with proposals due by January 6, 2026, at 12:00 PM Mountain Time. Interested contractors can contact Curtis Landreth at curtis.r.landreth@usda.gov or 308-251-6801 for further details.
    FSR 535/536 Recondition & Resurfacing - Coconino NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors 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 conditions and infrastructure, which is vital for maintaining access and safety within the national forest. The estimated contract value ranges from $250,000 to $500,000, with proposals due by January 9, 2026, at 15:30 local time. Interested parties can contact Blaine Greenwalt at blaine.greenwalt@usda.gov for further information.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at various rental cabins within the Flathead National Forest, located in Montana. The contract, designated as 1284LM26Q0005, requires services to be performed within 24 hours of notification when snow accumulates to 6-8 inches, ensuring that no snow berms obstruct access to buildings or walkways. This procurement is crucial for maintaining access to remote cabins during winter months, supporting public land use and recreation in the area. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and direct any questions to Sarah Cotton at sarah.cotton@usda.gov by December 31, 2025.
    REGION ONE A&E IDIQ
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract in Region One, which encompasses Montana, northern Idaho, far eastern Washington, and the North/South Dakota National Grasslands. The contract will focus on providing engineering services, including structural, civil, water, and wastewater design and inspection for transportation systems and infrastructure at USFS recreation and administrative sites, with projects involving bridges, culverts, retaining walls, and water management systems. This initiative is crucial for maintaining and enhancing the infrastructure that supports public access and environmental stewardship in these regions. Interested small businesses are encouraged to submit a Capability Statement to Crystal Amos at crystal.amos@usda.gov within 15 days, with an estimated contract value exceeding $10 million and a performance period from March 2026 to February 2031.
    WA ERFO FS MTBKR605 2022-1(3), Mt. Baker – Forest Road 11 MP 23.9 Repair
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the emergency repair of Forest Road 11 at Mile Post 23.9 in the Mt. Baker-Snoqualmie National Forest, located in Whatcom County, Washington. The project involves critical roadway repairs, including subexcavation, aggregate surfacing, and the installation of root-wad/riprap embankments, aimed at addressing a significant roadway failure. This infrastructure repair is essential for maintaining safe access and environmental protection within federal lands. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date set for Winter/Spring 2025 and a completion deadline by Fall 2026. Interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at various rental cabins within the Flathead National Forest, located in Montana. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to ensure timely snow removal when accumulations reach 6 to 8 inches, with services required within 24 hours of notification. This contract is crucial for maintaining access to the cabins during winter months, ensuring safety and usability for visitors. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and can direct inquiries to Sarah Cotton at sarah.cotton@usda.gov. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, with a total duration of five years, including option periods.
    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.