GAOA Monday Creek Trailhead Bridge Rehabilitation
ID: 12445525B0002Type: Presolicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 13Atlanta, GA, 303092449, 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 U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the rehabilitation of the Monday Creek Trailhead Bridge located in the Wayne National Forest, Ohio. Contractors are required to provide all necessary materials, labor, and incidentals to complete the project, which includes the removal of the existing bridge deck and superstructure, installation of new components, and adherence to strict federal regulations regarding safety and environmental protection. This project is significant for enhancing infrastructure and ensuring public access to recreational areas, with an estimated budget between $250,000 and $500,000 and a performance period from May 14, 2025, to February 27, 2026. Interested contractors must submit their bids electronically and can direct inquiries to Paul A. Boucher at paul.boucher@usda.gov or Brad Higley at bradley.higley@usda.gov.

    Point(s) of Contact
    BOUCHER, PAUL A
    paul.boucher@usda.gov
    Files
    Title
    Posted
    The document outlines the bid abstract for the GAOA Monday Creek Trailhead Bridge Rehabilitation project under solicitation number 12445525B0002. Issued by CSA East 13, it details vendor submissions and offers for various construction items necessary for the project. A total of six vendors, including RB Construction and John Cecil Construction LLC, submitted bids for the project, with varying prices for each item listed, from mobilization to structural components. The total costs proposed by vendors range significantly, highlighting disparities in pricing strategies. Key items include mobilization, construction surveying, removal of structures, and the installation of structural steel and timber. The summary of bids presents crucial budgetary considerations for the government as it evaluates cost-effective solutions to rehabilitate the bridge. The document reflects the competitive nature of government contracting, emphasizing adherence to federal guidelines and vendor qualifications, particularly the requirement for businesses to be classified as small. The purpose of this bid abstract is to facilitate the selection of a qualified vendor while ensuring transparency and accountability in the procurement process.
    This document is an amendment to solicitation number 12445525B0002, issued by the USDA-FS CSA East. It provides key updates related to the solicitation's offer submissions and contract modifications. Specifically, it requires that contractors acknowledge receipt of this amendment via various methods, including submitting copies with acknowledgment or through electronic communication, by a specified deadline to avoid rejection of their offers. The amendment also introduces changes to the contract, particularly by updating sheet C-05 and incorporating additional information pertaining to a site visit held on 04/22/2025. Key updates include the addition of notes from the site visit, responses to questions received, and a link for the public bid opening. The period of performance outlined in the amendments is noted as extending from 05/14/2025 to 02/27/2026. Overall, the amendment aims to clarify the solicitation terms, ensure compliance with submission protocols, and enhance communication regarding the project timelines and requirements, reinforcing the government’s practices for transparency in federal procurements.
    The document outlines Solicitation No. 12445525B0002 for the rehabilitation of the Monday Creek Trailhead Bridge located in the Wayne National Forest, Athens Ranger District, in Hocking County, Ohio. It details a construction project that includes various items for bidding, such as mobilization, structural removals, material placement, and installation of components like structural steel and transition railings. The project operates under a fixed-price contract, requiring bidders to submit prices for each listed item. Contractors must be registered at https://sam.gov to qualify for the contract, with specific stipulations about bonding premiums included in the total bid. A site visit is scheduled for April 22, 2025, led by a government representative. The contract's performance period is set from award until February 27, 2026, indicating a timeline for project completion. The document serves as a formal request for proposals (RFP) aimed at contractors for the completion of the specified rehabilitation work, emphasizing compliance and responsibility in the bidding process.
    This Statement of Work details a construction project located in the Wayne National Forest at the Monday Creek OHV Trailhead. The primary objective is to remove the existing deck, bridge rail, and superstructure, followed by the installation of new materials on the existing abutments. Additional tasks include site stabilization, riprap protection, road surfacing, and grading, with the contractor responsible for any damage to access routes. The contractor is granted full access to Forest roads for construction, subject to the oversight of the Contracting Officer (CO) to minimize public disruption and ensure safety during operations. Proper signage and barricades are required to maintain public safety throughout the project. Overall, this document outlines key requirements and responsibilities for the project execution while prioritizing environmental preservation and public safety.
    The Monday Creek Trailhead Bridge Rehabilitation project focuses on upgrading a bridge within the Wayne National Forest, managed by the USDA Forest Service. The project involves the removal of the existing bridge deck and superstructure, followed by the installation of a new superstructure on the current abutments. It encompasses various tasks, including site stabilization, road surfacing, and additional riprap protection. Contractors must adhere to strict federal specifications and submit necessary designs for approval prior to commencing work. The project also requires close coordination with utility services and involves environmental precautions, such as no tree removal in the project area and complying with regulations regarding human remains and water diversions. Key construction components include using Douglas fir-larch timber, structural steel meeting specific ASTM standards, and ensuring safe public access during the construction phase. This project not only emphasizes the importance of infrastructure restoration but also aligns with federal efforts to maintain and improve national resources.
    The document outlines regulations and changes pertaining to construction contracts specifically for the Forest Service, U.S. Department of Agriculture. Key updates include the deletion of outdated sections and subsections related to bidding, contract execution, and work control, which aim to streamline procedures. Important definitions are clarified, such as roles of contractors and specifications for construction materials. New sections address measurement and payment protocols, contractor quality control qualifications, construction survey standards, and protocols for managing public traffic and soil control during projects. These changes reflect a commitment to efficiency, legal safety, and environmental responsibility in forest resource management. The document serves as a comprehensive guideline for contractors involved in federal and state construction projects, ensuring compliance with updated federal acquisition regulations and forest management practices, enhancing overall project execution and safety standards.
    The document provides directions to the Monday Creek OHV Trailhead in Ohio, located approximately 4 miles northeast from Nelsonville, OH. Travelers are instructed to follow Burr Oak Boulevard and then turn onto Cheeseman Road to access the parking area, with precise geographic coordinates provided for clarity. The information is essential for outdoor enthusiasts seeking access to the off-highway vehicle (OHV) trail, demonstrating the government's effort to facilitate recreational access to public lands. The straightforward instructions aim to enhance user experience and ensure safe navigation to the trailhead, reinforcing the importance of public outdoor spaces in community engagement and recreation.
    The document outlines federal wage determinations for heavy and highway construction projects across Ohio, as per the Davis-Bacon Act and relevant Executive Orders regarding minimum wage rates. It specifies that contracts awarded after January 30, 2022, must pay a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour unless renewed. Various craft classifications such as bricklayers, electricians, and carpenters are detailed with their corresponding wage rates and fringe benefits across multiple Ohio counties, ensuring compliance and standardization for contractors. Additionally, provisions are included to address classifications that might not be specifically listed in wage determinations but are necessary for contract completion, underscoring the importance of adherence to labor laws and fair compensation. The document acts as a crucial guideline for contractors to align with federal wage standards on construction projects, promoting equitable labor practices in the state's construction industry.
    The GAOA Monday Creek Trail Bridge Rehabilitation solicitation outlines key details for contractors regarding the project. It indicates that questions can be raised before and during a scheduled site visit, with all inquiries being documented and responses published on SAM. Contractors have expressed concerns regarding document clarity, specifically referencing poor image quality of design sheets and limitations in material specifications for the bridge's timber deck and structural connections. Clarifications regarding the thickness of laminated boards, diaphragm connection metrics, and deck board termination methods are also addressed, stressing the importance of accommodating thermal expansion for safety. Furthermore, information on attending the bid opening via Microsoft Teams or phone is provided. This document serves as an essential communication tool for contractors participating in the federal project, ensuring adherence to specifications and fostering a transparent bidding process. Overall, it reflects the federal government's emphasis on proper documentation and contractor engagement in infrastructure projects.
    The Monday Creek Trailhead Bridge Rehabilitation pre-bid meeting was held on April 22, 2025, to discuss project specifications with attending contractors and technical representatives. Key points addressed included site access limitations, tree removal regulations (noting that trees over 6 inches in diameter require prior approval to be cut), and the distinction between disposal methods for bridge components. Clarifications were provided on construction staking requirements, the salvaging of girders, and existing anchor bolts. Notably, it was established that no trees would be removed without permission, and any necessary modifications to components like girders would follow specified procedures. The meeting concluded with attendees having a clear understanding of project guidelines and coordination with the Contracting Officer's Representative. Overall, the meeting set the stage for regulatory compliance and logistical coordination for the upcoming rehabilitation work.
    The document outlines the solicitation for the Monday Creek Trailhead Bridge Rehabilitation project, issued by the USDA Forest Service. It requires contractors to provide all necessary materials, labor, and incidentals to complete the rehabilitation project according to specified terms and conditions. The work is to be performed on the Athens Ranger District of the Wayne National Forest, with a project cost estimated between $250,000 and $500,000, and a performance period running from May 14, 2025, to February 27, 2026. Sealed bids must be submitted electronically, and the contractor is required to furnish performance and payment bonds. Comprehensive specifications include compliance with federal regulations regarding inspections, environmental protection, and insurance coverage. The contractor must uphold safety standards, manage risks related to noxious weeds, and ensure proper handling of any archaeological finds. The document also details the requirements for invoicing through the electronic Invoice Processing Platform and mandates adherence to the Buy American provisions, ensuring domestic materials are utilized in the project. This solicitation illustrates the federal government's commitment to infrastructure improvement and environmental sustainability.
    Lifecycle
    Similar Opportunities
    WA NP MORA 11(1), Fryingpan Creek Bridge
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP MORA 11(1) project, which involves the replacement of the Fryingpan Creek Bridge in Mount Rainier National Park, Washington. The project entails constructing a new 218.5-foot long steel plate girder bridge with a cast-in-place concrete deck, along with roadway realignment, parking lot construction, minor pipe culvert replacement, and stone masonry work. This initiative is crucial for maintaining infrastructure integrity and enhancing transportation safety within the park, with an estimated contract value between $10 million and $20 million. Interested vendors should note that the tentative solicitation date is set for Winter 2026, with a fixed completion date anticipated in Summer 2029; for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520.
    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.
    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.
    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.
    WA NP OLYM 115(1) , Repair Storm Damage on Mora Road
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP OLYM 115(1) project, which involves repairing storm damage on Mora Road within Olympic National Park, Clallam County, Washington. The project aims to stabilize embankments using riprap and engineered log jams over a 0.1-mile stretch, incorporating essential construction activities such as erosion control, roadway excavation, and ecological restoration elements like fish passage boulders and log barriers. This initiative is crucial for maintaining infrastructure integrity and environmental health in the park. The estimated contract value ranges from $2,000,000 to $5,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion target by Winter 2026. Interested parties can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.
    WY NP YELL 15(3), Madison River Bridge Interim Repair
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NP YELL 15(3) Madison River Bridge Interim Repair project located approximately 5 miles east of West Yellowstone, Montana. This project involves the rehabilitation of a bridge over a length of 0.06 miles, including tasks such as mobilization, construction survey, quality control, earthwork activities, and minor bridge work, all aimed at enhancing infrastructure while adhering to federal safety and quality regulations. The contract is anticipated to be awarded in May-June 2025, with an estimated price range between $250,000 and $700,000, and interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    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.
    Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the rehabilitation of the U.S. 421 Bridge at Deep Gap in Watauga County, North Carolina, under the Blue Ridge Parkway Project NC NP BLRI 5140-091P. The project entails various construction tasks, including concrete repair, joint resealing, stone masonry repointing, pavement removal, asphalt work, and waterproofing, with an estimated cost ranging from $2,000,000 to $5,000,000. This opportunity is significant for enhancing infrastructure and ensuring the safety and longevity of transportation routes in the region. Bid documents are expected to be available around December 18, 2025, and interested vendors must register on sam.gov to access these documents and receive notifications. For inquiries, contact Monique Lynch or Emily McCleary at eflhd.contracts@dot.gov.
    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.
    OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the OR FS DSHUT601 60(1) Road 60 Improvements project, located approximately 14 miles west of Gilchrist, Oregon. This project involves grinding, paving, and striping approximately 1.02 miles of roadway, with an estimated cost between $700,000 and $2,000,000, and a tentative completion date set for Summer 2026. The improvements are crucial for enhancing road safety and infrastructure in the area, and the contract will be awarded as a sealed bid, firm-fixed-price arrangement. Interested vendors should register on SAM.gov to receive notifications about the solicitation documents, which are expected to be released in early 2026, and can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further inquiries.