The US Department of Agriculture (USDA) requires a contractor for the "Disaster, Chamber Creek Bridge Repair" project in the Plumas National Forest, California. The scope of work involves removing and replacing the existing steel truss bridge, which was damaged by wildfires and contains lead paint, with a new prefabricated bridge. The project includes clearing, grubbing, approach construction, disposal of the old bridge, concrete abutment retrofit, bridge fabrication, delivery, and installation with timber decking. Contractors must adhere to federal, state, and local regulations, including specific USDA and DOT standards. The project is anticipated to start on September 1, 2025, with a 365-day performance period, subject to specific work hour restrictions and environmental considerations like archaeology monitoring and weather impacts. Required submittals include a proposed project plan, monthly status reports, a safety plan, and a quality control plan.
The USDA's Statement of Work outlines the project for the repair of the Chamber Creek Bridge, which was damaged by recent wildfires. The contractor must provide all necessary materials and labor to remove the existing bridge and replace it with a prefabricated structure, adhering to all relevant regulations concerning hazardous materials and construction standards. The project site is accessible only via a steep, single-track trail, complicating logistics.
Work is scheduled to begin on September 1, 2025, with a performance period of 365 days, adhering to specific working hours to minimize disruption. The contractor is responsible for waste management, securing necessary transportation permits, and ensuring compliance with safety and quality control measures. Restrictions apply based on adverse weather, archeological monitoring, and environmental considerations. This project exemplifies federal procurement efforts aimed at infrastructure restoration and public safety in national forest areas.
The U.S. Department of Agriculture, Forest Service, Pacific Southwest Region, Plumas National Forest, Mt. Hough Ranger District, Plumas County, has released construction plans for the Chambers Creek Trail Bridge Repair. This project involves the removal of the existing bridge, which contains lead paint and requires specific disposal methods, and the design, fabrication, transport, and installation of a new prefabricated steel trail bridge. The plans detail site control, trail plan and profile, demolition, general bridge layout, foundation plans, abutment details, and backfill and drainage details. The bridge is designed for pedestrian and equestrian loading, considering snow and seismic loads. The project requires adherence to Federal Highway Administration and Forest Service specifications, including detailed plans for erosion control, lead-contaminated steel disposal, temporary traffic control, and potential helicopter transport of materials and equipment. Concrete and reinforcing steel specifications are also outlined.
The U.S. Department of Agriculture's Forest Service is initiating the Chambers Creek Trail Bridge Repair project in Plumas National Forest. The focus is on replacing an existing bridge with a new prefabricated steel bridge to enhance pedestrian and equestrian access across Chambers Creek. Key specifications include compliance with federal and Forest Service standards, necessitating the removal of existing structures that contain hazardous lead paint, and careful disposal of materials. The construction involves complete mobilization, erosion control, and a detailed traffic management plan for site access. The project’s technical documents detail quantities, construction methods, and environmental safety protocols while addressing seismic and snow load requirements. It draws on guidelines from the AASHTO and other regulatory frameworks to ensure structural safety and durability. The detailed plans emphasize collaboration with the contracting officer for all phases of construction and material disposal, reflecting a commitment to environmental sustainability and safety throughout the project lifecycle.
The document outlines supplemental specifications for the Chambers Creek Trail Bridge Repair project on the Plumas National Forest. It details modifications to standard construction specifications (FP-14), including revised definitions, terms, and procedures for bid, award, contract execution, scope of work, control of work and materials, and acceptance. Key changes include updated terminology, specific requirements for Government and Contractor-provided materials (emphasizing weed-free status), and detailed guidelines for construction survey and staking. The document also provides comprehensive sections on mobilization, contractor quality control (including a submittal log), public traffic management (with temporary trail closures), soil erosion and sediment control (with a dewatering plan for endangered species protection), removal of structures, trail work, and prefabricated bridge design and material requirements. The project emphasizes safety, environmental protection, and adherence to updated standards.
This document outlines the supplemental specifications for the Chambers Creek Trail bridge repair project under the U.S.D.A. Forest Service, aimed at addressing construction, material control, and project execution standards. Key sections include definitions, scope of work, contractor responsibilities, and construction requirements emphasizing quality control, erosion management, and public safety. It mandates weed-free materials, thorough inspections, and precise measurements for final payment. The document also delineates responsibilities regarding soil erosion and stream protection, specifying a proactive approach to environmental safeguards while detailing project timelines and traffic management plans to minimize disruptions. Emphasis is placed on utilizing qualified personnel and certified materials, enhancing compliance with federal standards during the construction process. This comprehensive approach ensures the effective management of resources while addressing public safety and environmental impact, reflecting the Forest Service's commitment to quality in infrastructure development.
The Fire Plan for Construction and Service Contracts outlines comprehensive fire prevention and suppression responsibilities and procedures for contractors operating within contract areas, particularly during the Fire Precautionary Period (April 1 to December 1 in California). Contractors are responsible for preventing and extinguishing fires, maintaining fire equipment, and designating a qualified fire supervisor. The Forest Service conducts inspections to ensure compliance. Key requirements include specific fire tools, extinguishers (e.g., 4-A:60-B:C for certain equipment), spark arresters, and mufflers. Depending on the Project Activity Level (PAL), contractors may need a water tank truck (minimum 300 gallons) or a Compressed Air Foam System (CAFS) as an alternative. General provisions cover state law compliance, permits for burning/welding, blasting precautions, smoking restrictions, cleared storage areas, and prompt fire reporting to the Forest Service. Communication systems are mandated, and a fire patrolperson is required at higher PALs. Operations must adhere to PAL restrictions, which dictate permissible activities and equipment based on fire danger. Variances for certain operations under high fire danger are possible with Forest Service approval and specific mitigation measures.
The Fire Plan for Construction and Service Contracts details fire prevention and suppression responsibilities for contractors working within specific contract areas, as determined by maps. Contractors are required to comply with fire safety measures, including maintaining fire tools, equipping machinery with fire extinguishers, and designating a fire supervisor. The plan outlines inspection responsibilities for both the contractor and the Forest Service, definitions related to contractor operations, and mandates for equipment compliance with state laws, specifically those of California.
During the Fire Precautionary Period (April 1 to December 1), contractors must have sufficient fire suppression equipment and comply with stricter regulations based on fire activity levels. The plan establishes a Project Activity Level (PAL) system, categorizing fire activity levels (A to E) and specifying operational restrictions and requirements at each level. Key components include the necessity for immediate communication during fire incidents, the designation of fire patrols, and compliance with state laws regarding burning and welding activities. The overall emphasis is on proactive fire prevention protocols to mitigate risks associated with mechanical operations in forested areas, ensuring safety and compliance with regulatory standards.
The Request For Information (RFI) Form 127EAW25R0044 pertains to the Disaster, Chamber Creek Bridge Repair project within the Plumas National Forest. This document is for official use only and outlines the process for submitting inquiries regarding the solicitation. All RFI responses must be submitted in writing, using the provided editable form, and sent via email to the Contract Specialist at Tanya.Torres@usda.gov. Telephone requests will not be accepted. Respondents must numerically sequence their inquiries and identify whether questions relate to the solicitation/evaluation factors or the statement of work/technical data. The form requires the company name, offeror, submitter's name, date of inquiry, and phone number, with space for multiple questions.
The document is a Request for Information (RFI) related to the Disaster Chamber Creek Bridge Repair project within the Plumas National Forest. It outlines procedures for submitting inquiries related to the solicitation, including specific guidelines on how to format and send questions to the Contract Specialist, Tanya Torres, via email. The RFI is intended to clarify any uncertainties regarding evaluation factors, the statement of work, or technical data associated with the project. Respondents must list their inquiries numerically on the form provided, and responses will be issued as amendments posted on SAM.gov. The document emphasizes that no telephone inquiries will be accepted, reinforcing a formal written communication process for interested offerors. Overall, this RFI serves as an essential tool for prospective contractors to seek clarity before submitting their proposals for the bridge repair project, ensuring alignment with the project's objectives and requirements.
Amendment A00001 to Solicitation No. 127EAW25R0044, issued by USDA Forest Service, addresses the Disaster, Chamber Creek Bridge Repair project in Plumas National Forest. This amendment provides responses to Request For Information (RFI) inquiries. Key responses include a directive to submit pricing for items detailed in the Solicitation, Attachments, and Schedule of Items, even when considering alternate decking materials like Douglas Fir due to IPE shortages. Additionally, it clarifies that helicopter lifting capacity specifications are contingent on the specific model used, advising direct consultation with the helicopter subcontractor for detailed information. The amendment emphasizes that failure to use revised documents and adhere to new requirements will result in a non-responsive proposal. All other terms and conditions of the original solicitation remain unchanged.
The pre-solicitation notice 127EAW25R0044 announces an upcoming project for the repair of the Chamber Creek Bridge in Plumas National Forest, California, following damage from recent wildfires. This notice serves as a preliminary informational release, indicating that a full Request for Proposal (RFP) will be issued to procure a contractor responsible for various construction tasks, including the removal of the existing bridge and installation of a new prefabricated structure with timber decking. The project is expected to begin in August 2025, with a completion timeline of 365 days.
This solicitation, set aside for small businesses, has an estimated contract value between $500,000 and $1,000,000 and falls under the NAICS code for highway, street, and bridge construction. Interested contractors must be registered in the System for Award Management (SAM) to be considered for the contract. Official documents and updates will be provided exclusively on the SAM.gov website, and the notice aligns with federal regulations, including adherence to the Davis-Bacon Wage Rates. Contractors are urged to monitor the website for further information regarding proposal submissions and site visits.
The USDA Forest Service is issuing Solicitation No. 127EAW25R0044 for the Disaster, Chamber Creek Bridge Repair project on the Plumas National Forest, estimated between $500,000 and $1,000,000, with a Total Small Business Set Aside. This RFP requires contractors to remove and replace the existing Chambers Creek Trail bridge, including concrete work, prefabricated steel bridge installation, and site cleanup. Proposals are due by August 14, 2025, 11:00 AM PST, with an organized site visit on July 29, 2025. Key requirements include a 20% bid guarantee or $1,000,000 (whichever is less) for proposals over $150,000, and 100% performance and payment bonds. Work must commence within 10 calendar days of notice to proceed and be completed within 365 calendar days. Contractors must comply with Buy American Act provisions, utilize the Invoice Processing Platform (IPP) for payments, and adhere to specific personnel, safety, and environmental regulations, including a fire plan and spill prevention measures.
The document outlines a federal solicitation for the construction project titled "Disaster, Chamber Creek Bridge Repair" located in Plumas National Forest. The project, numbered 127EAW25R0044, involves the complete removal and replacement of Chambers Creek Trail bridge with a budget estimated between $500,000 and $1,000,000. It is designated as a total small business set aside, emphasizing the government’s commitment to supporting small business participation in federal contracts.
Key submission requirements include a site visit on July 29, 2025, and a deadline for Requests for Information by August 4, 2025. Contractors are mandated to submit sealed bids by the specified time and quantity of days after contract award. The contractor will be responsible for all labor, materials, and equipment, following the project specifications, ensuring compliance with environmental regulations, and removing all construction debris.
In addition, the document details requirements for performance and payment bonds, insurance coverage, and standards for equipment and material usage, particularly emphasizing the prohibition of lead-based paint. The overarching aim is to provide a comprehensive framework for managing and executing the bridge repair project, ensuring safety, quality, and compliance with federal guidelines.