Forest Service - Phase I Road maintenance, Buckhorn Road
ID: 127EAW25R0003Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA SOUTHWEST 6Albuquerque, NM, 871023498, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The purpose of contract 127EAW25R0003 is to perform road and drainage maintenance on three roads within the Santa Barbara Ranger District of the Los Padres National Forest. The project involves 11 miles of road blading, re-establishing drainage dips, and upgrading drainage systems to ensure proper road functionality. Key features include addressing conditions affected by weather, rocky terrain, and heritage resource monitoring. The contractor must provide necessary personnel and equipment, manage waste disposal, and ensure equipment cleanliness to prevent invasive species introduction. Work completion is estimated within 60 days of a "Notice to Proceed," starting March 2025. Compliance with established fire plans and traffic control requirements is also mandatory. Detailed specifications and attachments regarding drainage and road restoration are included, aiding in the precise execution of the maintenance work required.
    The document outlines supplemental specifications for various government contracts related to road maintenance and drainage functions on National Forest System lands. Key sections include Mobilization, Blading, Restoring Drainage, and Corrugated Metal Spillway specifications. Mobilization requires contractors to move equipment and personnel to designated sites while ensuring cleanliness and compliance with inspection requirements. Blading involves shaping road surfaces to aid drainage and facilitate traffic, detailing maintenance requirements, compaction methods, and measurement for payment based on single-lane mileage. Restoring Drainage focuses on debris removal and the upkeep of drainage features (like ditches and culverts) to ensure unobstructed water flow, with specific procedures for sediment removal and waste management. Finally, the Corrugated Metal Spillway section outlines protocols for cleaning, reconditioning, or replacing drainage structures, specifying materials and installation criteria. The central purpose of this document is to establish clear guidelines and requirements for contractors to maintain infrastructure effectively, thereby supporting environmental conservation and safe travel on forest roads. Adhering to these specifications ensures compliance with federal standards and efficient resource management in national forests.
    The document contains a series of geographic coordinates associated with the designation of "NEW OSD/DIP" spread across various locations. Each entry records a point defined by latitude (Point Y) and longitude (Point X) coordinates, ranging from -119.771236 to -119.715262 in longitude and from 34.558561 to 34.600614 in latitude. This list appears to serve as a preliminary outline for establishing new Office of Sustainable Development/Infrastructure Projects (OSD/DIP) in various locations. The data could be relevant for federal or state grants and RFPs focusing on sustainable development initiatives. The aggregated points suggest targeted areas for potential project implementation, indicating efforts to enhance infrastructure while adhering to local and federal sustainability goals. The specificity of the points reflects an organized approach to track and facilitate government projects aimed at improving environmental practices and infrastructure alignment with sustainability principles.
    The document is a geospatial information report from the USDA Forest Service regarding the Los Padres National Forest in the Pacific Southwest Region. It includes various maps that outline project start and end points, work locations, and a series of coordinates for designated points related to new operations (OSD/DIP). Each map indicates the spatial context of the project, showing road networks and relevant sites within the forest area, emphasizing that the accuracy of these GIS products may vary and should be used accordingly. The USDA states its commitment as an equal opportunity provider, employer, and lender throughout the documentation. The inclusion of multiple work location maps highlights the project's scope and logistical considerations while ensuring compliance with federal regulations. Overall, the document serves to provide essential geographic details to stakeholders involved in forest management and conservation efforts.
    The Fire Plan for the Phase I Road Maintenance project on Buckhorn Road in Los Padres National Forest outlines the responsibilities for fire prevention and suppression within the project area. The contractor is required to adhere to stringent fire safety measures, including the designation of a qualified fire supervisor and the maintenance of necessary firefighting equipment. Additionally, the Forest Service will conduct inspections to ensure compliance. The plan defines terms such as "Active Landing" and details requirements for fire tools, equipment, and suppressing systems, particularly during the Fire Precautionary Period from April 1 to December 1. Various Project Activity Levels (PAL) are established to dictate operational restrictions based on fire risk, with stricter measures during high-danger periods. Key components include the contractor's obligations for equipment maintenance, fire patrols, communication protocols, and fire reporting procedures. The contract emphasizes compliance with California state laws and details emergency precautions to mitigate fire risks, ensuring the safety of both personnel and the environment during project operations. The comprehensive framework serves to protect forested areas from fire hazards while allowing necessary maintenance activities to proceed.
    The document is a Request For Information (RFI) for Phase I road maintenance concerning Buckhorn Road within the Los Padres National Forest. It specifies that all inquiries must be made in writing using the provided form and submitted solely to the designated Contract Specialist via email. The RFI permits respondents to raise questions related to the solicitation or technical details, with a structured format for inquiry listing. This RFI is part of the federal government's procurement process, emphasizing the importance of formal communication channels and documentation. It serves to clarify aspects of the solicitation for stakeholders interested in participating in the road maintenance project, ultimately aiming to ensure clarity in the contracting process. The strict guidelines support a transparent and organized approach to managing potential contractor inquiries, reinforcing the government's commitment to efficient project execution.
    The document pertains to an amendment of a solicitation by the USDA Forest Service for the Phase I Road Maintenance project on Buckhorn Road, Los Padres National Forest, CA. This amendment announces the extension of the proposal submission deadline to March 3, 2025, at 11:00 AM PST, and incorporates responses to Requests for Information (RFI). Key points include clarification that attendance at a mandatory site visit is not required to submit a proposal and stipulations that the contractor must perform at least 25% of the contract work themselves. Moreover, the contract is subject to the Service Contract Act, and wage rates are specified as part of the solicitation documents. Other relevant details address that the road will remain closed during construction and that bid results will be publicly announced via SAM.gov. The amendment stresses that all terms of the solicitation remain unchanged unless explicitly modified within this document. This amendment is critical for potential bidders to ensure their proposals align with the updated requirements and guidelines for the project.
    The USDA Forest Service has issued an amendment to Solicitation Number 127EAW25R0003 regarding Phase I Road maintenance on Buckhorn Road within the Los Padres National Forest, CA. The amendment provides responses to several Requests for Information (RFI) that clarify work requirements and expectations, which must be adhered to for any subsequent contract award. Notably, there are no creek crossings as previously mentioned, but a bulldozer is still required for navigating steep, rocky terrain. Additionally, no water will be needed for grading, and any damaged drainage systems will be removed by the Forest service, not the contractor. The amendment also addresses project logistics such as the total cost for mobilization and bonding expenses, emphasizing the necessity for proposals to incorporate updated project specifications. Failure to comply with the revised documents may render offers non-responsive. This update ensures that contractors have clear, actionable information to develop their proposals effectively and comply with requirements.
    The USDA Forest Service is preparing a solicitation for a Phase I road maintenance project on Buckhorn Road within the Los Padres National Forest, specifically for three roads in the Santa Barbara Ranger District. The project involves essential road maintenance, including blading 11 miles of road, restoring drainage systems, and upgrading overside drains and rolling dips. The duration of the contract is expected to be 60 days, with work starting in March 2025. This acquisition is set aside for small businesses, with an estimated contract value between $250,000 and $500,000, governed by Davis-Bacon Construction Wage Rates. The solicitation will be publicly posted on SAM.gov, and contractors must register in the System for Award Management (SAM) to be eligible for award. Complete proposal instructions will be provided upon issuance of the Request for Proposal (RFP) anticipated around January 3, 2025. Interested parties are encouraged to monitor SAM.gov for updates and details regarding the project.
    The document outlines a Request for Proposal (RFP) for Phase I Road Maintenance on Buckhorn Road within the Los Padres National Forest, administered by the USDA Forest Service. The project involves extensive road and drainage maintenance, including road blading for 11 miles and the restoration of drainage functions. Proposals must adhere to strict submission guidelines, including a deadline of February 13, 2025, at 11:00 AM PST. Offerors are required to submit proposals electronically with distinct sections for pricing, technical, and business proposals. Key project specifications include the contractor's responsibility for safety, environmental compliance, and effective site clean-up. A pre-proposal site visit is scheduled for January 29, 2025, and questions must be submitted by January 31, 2025. The expected contract value is between $250,000 and $500,000, and only proposals containing comprehensive and responsive information will be considered. The RFP emphasizes the importance of prior project experience, a detailed work plan, and the understanding of site conditions, ensuring that contractors are capable of completing the required services within the designated timeframe, thus showcasing the government's commitment to effective maintenance and safety in public works.
    Lifecycle
    Similar Opportunities
    GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
    Buyer not available
    The United States Department of Agriculture (USDA), through the Forest Service, is seeking proposals from qualified small businesses for the GAOA Scenic Byway Recreation Site Hazard Tree Removal project located in the Sierra National Forest, California. The project involves the removal of hazardous trees and site preparation within campgrounds, boat launches, vistas, rest stops, and trails, particularly in areas affected by the 2020 Creek Fire, to facilitate future infrastructure reconstruction for public use. This initiative is crucial for ensuring the safety and accessibility of recreational sites while protecting various environmental resources. The estimated project cost ranges from $500,000 to $1,000,000, with the solicitation expected to be posted on SAM.gov around February 14, 2025. Interested firms should contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further information and are encouraged to register on SAM.gov to access the formal solicitation upon its release.
    FY25 Hollow Tree and Sandberg Weed Control and Site Preparation
    Buyer not available
    The Department of Agriculture, specifically the Forest Service under the Pacific Southwest Region, is soliciting proposals for the FY25 Hollow Tree and Sandberg Weed Control and Site Preparation project in Sylmar, California. The primary objective is to apply glyphosate herbicide to manage non-native invasive weeds across 48 acres of recently planted plantations, with contractors responsible for all necessary equipment, labor, and supervision while adhering to safety and regulatory standards. This initiative is crucial for environmental preservation and invasive species management within national forest lands, ensuring compliance with federal labor standards and fire safety protocols. Interested contractors must submit their proposals by February 5, 2025, and can direct inquiries to Donovan Porterie at Donovan.porterie@usda.gov or Steve Bear at Steve.bear@usda.gov for further information.
    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.
    Trimmer & Auberry Station and Work Center
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the construction of the Trimmer & Auberry Station and Work Center in Sanger, California. This project, categorized under NAICS code 236220 for Commercial and Institutional Building Construction, aims to enhance facilities at the Sierra National Forest, specifically focusing on the Trimmer Work Center Barracks Phase 2. The total estimated value of the contract exceeds $10 million, highlighting its significance in supporting federal disaster recovery and construction efforts. Interested contractors should note that the deadline for submitting Requests for Information (RFIs) has been extended to February 18, 2025, with proposals due by March 11, 2025. For further inquiries, potential bidders can contact Matthew Killian at matthew.killian@usda.gov.
    Sawmill Liebre Reforestation Project Area
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking small businesses to provide firm-fixed-price quotations for the Sawmill Liebre Reforestation Project in the Angeles National Forest, California. The project aims to enhance the survival and growth of seedlings across 626 acres through hand grubbing techniques to remove competing vegetation, ensuring compliance with environmental regulations and worker safety standards. This initiative underscores the federal government's commitment to environmental stewardship and support for small businesses in reforestation efforts. Interested contractors must submit their quotes by March 21, 2025, and can contact Megan Acord at megan.acord@usda.gov for further information.
    BCLH Stewardship IRSC Phase 1
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 1 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead fires in Marion County, Oregon. The project encompasses mandatory and optional work activities, including the removal of fire-killed timber, hazard tree felling, small fuels treatment, and road reconstruction, with the goal of restoring access and safety in the region. This initiative is critical for effective forest management and rehabilitation following significant wildfire impacts, ensuring compliance with federal regulations and promoting ecological safety. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with an anticipated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks, and a solicitation issuance expected around January 15, 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.
    USFS Region 5 Reforestation Services IDIQ
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, Region 5 is seeking expressions of interest from qualified vendors for a multi-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on reforestation services aimed at improving forest health across various national forests in California. The contract will cover three distinct service areas—Northern, Central, and Southern California—requiring contractors to provide all necessary resources, including labor and equipment, while adhering to strict safety protocols and environmental preservation practices. This initiative is critical for enhancing the resilience of forest ecosystems and ensuring compliance with regulations regarding endangered species and historical resources. Interested vendors should submit their capabilities and service locations to Kelly Ollivant at kelly.ollivant@usda.gov by November 27, 2024, as this notice serves as market research and does not constitute a formal solicitation.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at mitigating hazardous fuel risks and restoring access routes affected by the 2020 Beachie Creek and Lionshead Fires in Oregon's Willamette National Forest. The project encompasses the removal of fire-killed timber, management of hazard trees, and necessary road maintenance and reconstruction across a 1,843-acre area, with both mandatory and optional work activities outlined. This initiative is critical for enhancing forest health, ensuring safe access, and promoting sustainable land management practices in fire-impacted regions. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519, with a total estimated project cost between $1 million and $5 million, and the solicitation expected to be issued around March 31, 2025.
    UNITED STATES FOREST SERVICE, ROCKY MOUNTAIN REGION 2, ROAD AND BRIDGE CONSTRUCTION SERVICES MATOC
    Buyer not available
    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.