Forest Service - Cerro Alto Campground Sinkhole & Culvert Repair (ERFO)
ID: 127EAW25R0005Type: 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
  1. 1
    Posted Jan 7, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 4, 2025, 12:00 AM UTC
  3. 3
    Due Feb 4, 2025, 11:00 PM UTC
Description

The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Cerro Alto Campground Sinkhole & Culvert Repair project located in the Los Padres National Forest, California. The project involves replacing a rusted 36-inch culvert and repairing associated sinkhole damage on campground access roads, with an estimated contract value between $25,000 and $100,000, designated as a Total Small Business Set-Aside. This initiative is crucial for restoring vital recreational infrastructure while ensuring compliance with environmental guidelines and fire safety measures. Interested contractors must submit their proposals, including all required documentation, by the specified deadlines, and can direct inquiries to Tanya Torres at tanya.torres@usda.gov.

Point(s) of Contact
Files
Title
Posted
Feb 4, 2025, 11:12 PM UTC
The Cerro Alto Campground Sinkhole & Culvert Repair project (RFP 127EAW25R0005) seeks to address infrastructure damage within the Los Padres National Forest, specifically replacing a rusted 36-inch culvert and repairing associated sinkhole damage on campground access roads. The contractor will be responsible for providing all necessary labor, materials, permits, and equipment to complete the project, including adhering to environmental guidelines and fire safety measures. Construction is anticipated to start in March 2025, with a completion timeframe of 14 days following the issuance of the "Notice to Proceed." Contractors must conduct site visits prior to bidding, as no pre-site visits will be provided by the government. Strict adherence to project specifications and the maintenance of existing site conditions is required, with responsibilities that include managing erosion during rainfall and disposing of project debris off Forest lands. The document emphasizes the importance of fire management and invasive species prevention through clean equipment practices. Overall, this RFP focuses on restoring vital recreational infrastructure while ensuring environmental compliance and operational safety in a federal land management context.
Feb 4, 2025, 11:12 PM UTC
The document outlines the procedures and requirements for the removal and disposal of materials such as rock, soil, and vegetation as part of a federal contract. It details the process for loading, hauling, and placing excess materials at designated sites. Key maintenance requirements include the removal of slide and slough materials, reshaping the slope from which materials were produced, and proper disposal techniques. Measurement of work is based on cubic yards of material removed, hauled, and disposed of, with specific methods for placement outlined. Payment is determined according to contract unit prices for various activities related to material handling. The document serves as a guideline for contractors to ensure that the processes comply with federal standards and project specifications, promoting effective environmental management.
Feb 4, 2025, 11:12 PM UTC
The Forest Service Supplemental Specifications (FSSS) serve as a guide for the construction and maintenance of National Forest System Roads. It outlines the terminology, procedures for bidding, contract execution, scope of work, acceptance criteria, legal relations, and responsibilities to the public. Key sections include definitions of terms relevant to the construction process, the roles and responsibilities of contractors, and specifications for quality control and public traffic management. Significantly, the document proposes the deletion of outdated sections while incorporating updated definitions and guidance. For example, detailed protocols for traffic control during construction, measures for soil erosion and sediment control, and stipulations for material measurement and payment are highlighted. Overall, the FSSS aims to streamline processes, enhance clarity, and ensure compliance with federal regulations, ultimately promoting effective project execution and public safety in the use of national forest resources. This document reflects the government’s commitment to maintaining infrastructure while considering environmental impacts and community interaction.
Feb 4, 2025, 11:12 PM UTC
The document outlines the "Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects," designated FP-14 by the U.S. Department of Transportation’s Federal Highway Administration. Its primary purpose is to provide binding guidelines for contractors engaged in federal highway construction, incorporating both U.S. Customary and Metric measurements. The document includes essential regulations such as the Federal Acquisition Regulation (FAR) and Transportation Acquisition Regulation (TAR). It consists of multiple divisions, with Division 100 covering general requirements and Division 700 detailing material specifications. The document emphasizes contractor responsibilities, bid processes, performance criteria, dispute resolution, and safety protocols. Key elements include definitions of pertinent terms, bid preparation mandates, project scope, documentation guidelines, and roles of contracting officers and inspectors. The specifications facilitate efficient and compliant project execution, aiming for high-quality construction compatible with federal standards. Furthermore, the emphasis on contractor quality control and environmental management highlights the importance of ethical and sustainable practices in federal projects, aiming to achieve safe, effective infrastructure development.
Feb 4, 2025, 11:12 PM UTC
The document features a digital signature from Foster Kuramata, dated September 5, 2024. While the content of the file is unspecified, the presence of a digital signature indicates a formal communication, likely related to government processes such as Requests for Proposals (RFPs) or grant applications. Digital signatures are often used to authenticate documents in government settings, reflecting the legitimacy and intention of the signatory. As part of federal grants and RFPs, the signing of documents typically indicates the completion of a formal requirement necessary for processing proposals or applications. The date indicates a specific timeframe for a decision or submission associated with related government activities. This process is essential in ensuring transparency and accountability in government operations. Overall, the document signifies a formal action within government protocols related to RFPs or grants, reaffirming the significance of proper documentation in federal and local governance.
Feb 4, 2025, 11:12 PM UTC
The Fire Plan for the Cerro Alto Campground Sinkhole & Culvert Repair project outlines the responsibilities for fire prevention and suppression during construction within the Los Padres National Forest. It mandates that the contractor adhere to strict fire safety protocols, including the use of fire tools and equipment, maintaining fire extinguishers, and ensuring the presence of a qualified fire supervisor. Key provisions address the fire precautionary period from April 1 to December 1, which includes requirements for fire safety equipment such as spark arresters, fire hoses, and the use of Compressed Air Foam Systems (CAFS) as alternatives to traditional extinguishing methods. The plan also delineates the contractor's obligation to report fires within a stipulated time frame and maintain a communication system with the Forest Service. Furthermore, it categorizes permissible and prohibited activities based on the Project Activity Level (PAL), which adjusts based on the fire danger rating and specific operational contexts. This structured approach ensures adherence to state laws, including securing necessary permits for hazardous activities. Overall, the document serves as a comprehensive guideline for managing fire risks associated with construction while ensuring compliance with federal and state safety regulations.
Feb 4, 2025, 11:12 PM UTC
Feb 4, 2025, 11:12 PM UTC
The document is a Request For Information (RFI) related to the Cerro Alto Campground Sinkhole and Culvert Repair project under the Emergency Relief for Federally Owned Roads (ERFO) program within the Los Padres National Forest. It outlines submission protocols for inquiries, emphasizing that questions must be sent in writing to the designated Contract Specialist, Tanya Torres, and cannot be made by phone. The document includes a template for companies to fill out with their questions, structured to capture multiple inquiries sequentially. Respondents are encouraged to reference the solicitation and related project documentation for clarity on submission topics, which involve solicitation evaluations and technical details. The overall aim of this RFI process is to gather necessary information to facilitate potential proposals concerning the repair project, thereby ensuring efficient and compliant execution of the upcoming solicitation phase.
The document outlines a Request for Proposal (RFP) for the Cerro Alto Campground Sinkhole & Culvert Repair project within the Los Padres National Forest, issued by the USDA Forest Service. The project has a contract value estimated between $25,000 and $100,000 and is specifically designated for small businesses. It details requirements for the submission of proposals, which must include a variety of documentation including a signed offer, price proposal, business proposal, technical proposal, and potentially bid guarantees. Key elements include the need for a site visit prior to bidding and the contractor’s obligation to complete the work within 14 calendar days after receiving the notice to proceed. The RFP requires a thorough understanding of project specifications, including replacing a culvert and paving repairs, and emphasizes the significance of previous relevant experience, work plans, and key personnel qualifications. Proposals must be submitted via email, adhering strictly to the specified formats and page limits, ensuring all submissions are complete. This RFP exemplifies the government's adherence to compliance standards and regulations in public contracting, with an emphasis on contractor qualifications, project execution details, and financial accountability. This structured approach aims to ensure project success and efficient use of federal funds.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Forest Service - Upper Silver Creek Trail Bridge Replacement - 127EAW25R0017
Buyer not available
The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the replacement of the Upper Silver Creek Trail Bridge in Stanislaus National Forest, California. This project, categorized as a Total Small Business Set-Aside, involves the design, fabrication, delivery, and installation of a new prefabricated steel truss superstructure, along with repairs to existing concrete abutments and resurfacing of the asphalt trail path. The bridge replacement is crucial for maintaining public access and safety in a high-traffic recreational area, particularly during the busy summer months. Interested contractors must submit sealed bids by May 9, 2025, at 11:00 AM PST, and can direct inquiries to Contract Specialist Tanya Torres at tanya.torres@usda.gov. The estimated construction cost is between $100,000 and $250,000, and compliance with various federal, state, and local regulations is mandatory throughout the project.
GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the GAOA Scenic Byway Recreation Site Hazard Tree Removal project in the Sierra National Forest, California. The project involves the removal of hazardous trees within a 100-foot buffer around various recreation sites, including campgrounds and trails, to ensure public safety and facilitate future infrastructure improvements following the 2020 Creek Fire. This initiative is part of a broader effort to rehabilitate disaster-affected areas and enhance recreational access, with an estimated project cost between $500,000 and $1,000,000. Interested contractors must register on SAM.gov to access the formal solicitation, which is expected to be posted around February 14, 2025, and can contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further information.
Vault Toilet Installation at Modoc NF, Devil’s Garden-Warner Mountain RD
Buyer not available
The U.S. Department of Agriculture's Forest Service is conducting a market survey to identify contractors interested in a project for the installation of vault toilets at Modoc National Forest in California. The project involves the procurement and installation of two single-stall pre-cast concrete vault toilets at designated campgrounds, requiring contractors to provide all necessary labor, materials, equipment, and water, including the use of a crane for installation. This initiative is crucial for enhancing recreational facilities in the area, with an anticipated construction cost ranging from $25,000 to $100,000, and a small business size standard set at $45 million under NAICS code 237990. Interested contractors must submit their capability statements and bonding capacities via email to Richard Ortega at richard.ortega@usda.gov by May 6, 2025, referencing project number 127EAW25Q0003.
127EAW25R0020 - GAOA, Sierra Vista Scenic Byway Rehab
Buyer not available
The United States Department of Agriculture (USDA), through the United States Forest Service (USFS), is issuing a pre-solicitation notice for a Request for Proposal (RFP) under solicitation number 127EAW25R0020 for the GAOA, Sierra Vista Scenic Byway Rehabilitation project. This project requires comprehensive repairs on 47.35 miles of Minarets Road, 17.55 miles of Beasore Road, and 5.49 miles of Beasore Loop Road, including tasks such as culvert cleaning, drainage improvements, road paving with base rock, and vegetation management. The estimated cost for this project ranges from $5 million to $10 million, and it is designated for small businesses certified in the System for Award Management (SAM). The solicitation is expected to be posted on or around May 8, 2025, and interested contractors are encouraged to register on SAM.gov to access the formal solicitation and project details. For inquiries, contact Gregory Cunningham, the Contracting Officer, at Gregory.Cunningham@USDA.gov.
BAER Emergency Road Stabilization
Buyer not available
The Department of Agriculture, specifically the Forest Service, is preparing to solicit proposals for the BAER Emergency Road Stabilization project in the Angeles National Forest, aimed at restoring roads and drainage systems affected by fires in 2024 and 2025. The project will involve road blading, drainage restoration, upsizing overside drains, and re-establishing rolling dips over 23.1 miles of varied terrain, with a contract duration expected to be 120 days starting in June 2025. This initiative is crucial for restoring infrastructure and is set aside exclusively for small businesses, adhering to a firm-fixed-price model and Service Contract Act Wage Rates. Interested contractors should monitor the SAM.gov website for solicitation materials and can direct inquiries to Contract Specialist Tanya Torres at tanya.torres@usda.gov.
127EAW25R0012 - O'Neil Creek Bridge Repairs
Buyer not available
The United States Department of Agriculture (USDA), through the Forest Service, is seeking proposals from small businesses for the O'Neil Creek Bridge Repairs project, identified by solicitation number 127EAW25R0012. The project entails the removal and replacement of damaged precast prestressed concrete deck slabs, steel bridge railings, and related components, along with necessary survey, staking, and traffic control services, all to be performed at Milepost 1.1 of National Forest System Road 45N32Y in Siskiyou County, California. This procurement is significant as it supports infrastructure maintenance within the National Forest System, with an estimated project cost ranging from $250,000 to $500,000. Interested contractors must be registered in the System for Award Management (SAM) and can expect the formal solicitation to be posted on SAM.gov around May 5th, 2025; inquiries can be directed to Contracting Officer Gregory Cunningham at gregory.cunningham@usda.gov.
GAOA BISHOP CAMPGROUND WATERLINE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors for the GAOA Bishop Campground Waterline Repairs project in California. This procurement aims to address necessary repairs to the waterline infrastructure at various campgrounds, ensuring safe and functional water systems for public use. The project is significant for maintaining recreational facilities and enhancing community infrastructure, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their quotes by May 9, 2025, and are required to begin work within ten days of receiving the notice to proceed, completing the project within ninety days. For further inquiries, contact John Cabral at jcabral@blm.gov or call 707-438-5293.
Little Rough Run and Cold Run Culvert Replacement
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking proposals for the replacement of the Little Rough Run and Cold Run culverts within the Monongahela National Forest in West Virginia. This procurement involves a Firm Fixed Price contract that requires the contractor to provide all necessary labor, equipment, and materials to complete the culvert replacement work, including tasks such as installation of cofferdams, dewatering, and excavation. The project is significant for maintaining infrastructure and ensuring compliance with local, federal, and state regulations, with an anticipated contract value between $250,000 and $500,000. Interested small businesses must register in the System for Award Management (SAM) and submit proposals by the solicitation date, which is expected to be around April 28, 2025; inquiries can be directed to Paul Boucher at paul.boucher@usda.gov.
127EAW25R0010 - Antelope Fire Road Reconditioning
Buyer not available
The Department of Agriculture, specifically the U.S. Forest Service, is seeking proposals for the Antelope Fire Road Reconditioning project, designated under solicitation number 127EAW25R0010. The project aims to repair and restore forest road infrastructure on the Shasta McCloud Management Unit, focusing on asphalt repairs, vegetation removal, and drainage restoration following damage from the Antelope Fire. This initiative is critical for enhancing public safety and maintaining efficient transportation networks while adhering to environmental standards. The anticipated contract value is between $500,000 and $1,000,000, with a total small business set-aside. Interested contractors must submit their proposals by May 2, 2025, and direct any inquiries to Greg Cunningham at gregory.cunningham@usda.gov.
127EAW25R0016 - GAOA, Pope Baldwin Trail Reconstruction
Buyer not available
The United States Department of Agriculture (USDA), through the United States Forest Service (USFS), is seeking proposals for the Pope Baldwin Trail Reconstruction project, which involves constructing a 5,000-foot bike path within the Pope Beach recreation area in South Lake Tahoe, California. The project includes optional features such as a split rail cedar fence, painting, and sign installation, and requires contractors to be small businesses registered in the System for Award Management (SAM). This initiative aims to enhance recreational infrastructure while ensuring compliance with federal contracting requirements, with an estimated project cost between $500,000 and $1,000,000. Proposals will be accepted when the solicitation is posted on SAM.gov around April 25, 2025, and interested contractors can contact Contracting Officer Gregory Cunningham at gregory.cunningham@usda.gov for further information.