GAOA North Country Trail Maintenance Dakota Prairie Grasslands
ID: 1240LU25Q0027Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FS DAKOTA PRAIRIE GRASSLANDSBISMARCK, ND, 58501, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

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

Set Aside

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

    The Department of Agriculture, specifically the Forest Service under the USDA, is seeking qualified contractors for the GAOA North Country Trail Maintenance project within the Dakota Prairie Grasslands in North Dakota. The procurement involves the restoration and resurfacing of approximately 19,480 feet of the North Country Trail, including the installation of geogrid over 6,670 feet, with a total estimated budget ranging from $100,000 to $250,000. This initiative aims to enhance recreational infrastructure and promote environmental stewardship by improving access to outdoor spaces while adhering to safety and environmental regulations. Interested contractors should contact Pat Newberry at patricia.newberry@usda.gov or 603-359-2563, or Wes Dudley at wesley.dudley@usda.gov or 406-624-3443, with the project timeline set for completion between August 15, 2025, and August 14, 2026.

    Files
    Title
    Posted
    The document outlines the North Country Trail surfacing project within the Dakota Prairie Grasslands, detailing the quantifiable items required for the project. It includes a schedule of items with key pay items listed for bid submission, including mobilization and trail surfacing components measured in linear feet (LF) and cubic yards (CY). The base bid items include 19,480 LF of 3’ wide surfacing and 6,670 LF of geo grid, along with optional trailhead surfacing of 200 CY and an additional mobilization unit. Each item specifies the measurement method alongside a designated quantity, with a space for bidders to fill in unit prices and total amounts. This structured approach serves to guide contractors in their proposals, ensuring clarity in project requirements and cost estimations. The inclusion of both base and optional items indicates flexibility in project scope, allowing for adaptable contractor engagement depending on budget and project needs.
    The government contract focuses on the restoration and resurfacing of approximately 19,480 feet of the North Country Trail in North Dakota, along with the installation of Geogrid over 6,670 feet. The project is divided into a base item and an optional item, with a total estimated cost ranging from $100,000 to $250,000. Contractors are required to furnish necessary labor, equipment, and supervision while adhering to specific environmental and safety regulations. Notably, measures must be taken to control pollution, prevent soil erosion, and manage waste appropriately. The contractor must utilize weed-free equipment to avoid introducing noxious weeds into the site. The contract also outlines stringent traffic control procedures to safeguard public safety near work sites. Key components include mobilization, trail surfacing, geogrid placement, and trailhead surfacing, all of which must meet specified criteria for material quality and project execution. This document is a standard Request for Proposals (RFP) detailing the scope of work, contractor responsibilities, and technical specifications for potential bidders to follow.
    The document outlines the development and maintenance of access points, trailheads, and campsites along the North Country Trail, primarily within specific townships and range areas. It includes detailed maps indicating various access points such as Ylvisaker Access, East River Access, and Jorgens Hollow Campground, highlighting their geographical positioning and related infrastructures, such as trail routes, geogrid surfacing, and facilities like stock tanks and wells. The scale of the maps suggests a focus on facilitating recreational activity and resource management in the area, aligning with federal initiatives to enhance outdoor spaces and support community engagement with nature. This project reflects ongoing efforts to improve accessibility and promote the use of the North Country Trail while ensuring compliance with environmental standards and local policies. The document serves as a reference for grant or funding proposals related to recreation and land stewardship, illustrating a commitment to community resources and environmental conservation.
    The GAOA North Country Trail Maintenance project addresses the maintenance needs of the Dakota Prairie Grasslands trail system. Responding to inquiries, the project representatives confirm that there are no existing aggregates at designated surfacing locations, indicating a need for new gravel. They clarify that most sites will not only require gravel but also re-grading of existing materials to ensure proper trail conditions. The document serves as a how-to guide for stakeholders involved in the Request for Proposals (RFPs) process, providing insights on the trail's current state and the specific requirements for rehabilitation. This maintenance initiative reflects a commitment to enhancing recreational infrastructure and preserving natural spaces for public use.
    This government solicitation, identified as No. 1240LU25Q0059, mandates construction work for the restoration and resurfacing of the North Country Trail within the Dakota Prairie Grasslands, specifically detailing the required labor and materials. The primary contract entails restoration work along approximately 19,480 feet of trail, including the application of geogrid and aggregate surfacing. An optional item includes the resurfacing of the West trailhead. The project is located in Richland and Ransom Counties, North Dakota, with a construction budget estimated between $100,000 and $250,000. Contractors are expected to complete the work within a specified timeframe (August 15, 2025, to August 14, 2026) and must provide insurance coverage, performance, and payment bonds as stipulated. This solicitation includes details regarding the process for submitting proposals, evaluation criteria, and relevant clauses under federal regulations, emphasizing adherence to safety and legal requirements. The successful bidder must possess appropriate qualifications and must maintain compliance with the Buy American Act concerning the use of domestic materials. This request exemplifies government initiatives to enhance public infrastructure while ensuring high standards of contract administration and execution.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    ND OMAD 2024(1) MINUTEMAN MISSILE ACCESS ROAD
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the ND OMAD 2024(1) Minuteman Missile Access Road project, which involves the re-graveling and reconditioning of up to 73.742 miles of existing gravel roads in North Dakota. The project aims to enhance access roads critical for the Air Force Intercontinental Ballistic Missile Program (Minuteman) by adding four inches of aggregate surface course and performing necessary roadway maintenance. With an estimated project cost of $4,335,000.00, bids are due by December 16, 2025, at 3:00 PM EST, and the project completion date is set for August 14, 2026. Interested contractors can reach out to Douglas Whitcomb or Leslie Karsten at cflacquisitions@dot.gov for further inquiries.
    GAOA Buck Hall Recreation Phase 1 Renovation (SC)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the GAOA Buck Hall Recreation Phase 1 Renovation project in South Carolina. The project aims to reconstruct the Buck Hall Recreation Area's Campground and Day Use Area, which includes replacing critical infrastructure such as the sea wall, bathhouse, toilet building, well house, and various utility systems, as well as reconfiguring the campground loop and improving the boat landing and storm drainage systems. This renovation is vital for restoring recreational facilities heavily impacted by Hurricane Hugo, ensuring compliance with safety and environmental regulations throughout the 18-month contract period. Interested contractors can reach out to Penny Zortman at penny.Zortman@usda.gov for further details, with the RFP solicitation expected to be posted on SAM.GOV in January 2026.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico, which involves maintenance work across various national parks and monuments. The project includes tasks such as crack sealing, patching, chip seal application, micro surface treatments, and pavement marking over a total length of 33.49 miles, with an estimated completion date in Winter 2025. This initiative is crucial for maintaining infrastructure and ensuring the safety of public roadways while preserving national heritage sites. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or by phone at 360-619-7520, with the estimated project cost ranging between $5 million and $10 million and anticipated solicitation in Fall 2025.
    FARGO-MOORHEAD FOREST MITIGATION PLANTING
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is preparing to solicit a contractor for the Fargo-Moorhead Metropolitan Area Flood Risk Management Forest Mitigation Planting project. This initiative requires the contractor to provide all necessary labor, materials, and equipment to execute forest planting and maintenance across approximately 165.2 acres, including the establishment of trees, grasses, and forbs, as well as invasive species management over a three-year period. This project is crucial for environmental mitigation associated with the larger flood risk management efforts in the area. The solicitation is expected to be released in mid-December 2025, and interested parties should contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information. The contract will be a Firm, Fixed-Price contract, set aside for small businesses, with a NAICS code of 115310 and a size standard of $11.5 million.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    GAOA Facility Painting Bitterroot National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting bids for the GAOA Facility Painting project at the Bitterroot National Forest in Montana. The project entails the exterior painting of several buildings, including mechanical paint removal, pressure washing, priming, caulking, and applying two coats of exterior latex paint, with a focus on historical structures that may contain lead-based paint. This initiative is crucial for maintaining the integrity and appearance of government facilities, ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals by December 22, 2025, with the performance period scheduled from June 1, 2026, to July 31, 2026. For further inquiries, potential bidders can contact Pat Newberry at patricia.newberry@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.