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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Mt. Pinos Toilet Pumping Services, Los Padres NF
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting proposals for toilet pumping services at 13 locations within the Mt. Pinos Ranger District of the Los Padres National Forest in California. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to pump Forest Service-owned campground and trailhead toilets, ensuring proper waste disposal in compliance with federal, state, and local regulations. This contract, which is a total small business set-aside, includes a one-year base period with four optional one-year extensions, and services are to be performed annually from May 1 to October 31. Interested contractors must submit their proposals by December 17, 2025, at 12:00 PM PST, via email to Erin.Scott-James@usda.gov, and must have an active SAM registration to be eligible for consideration.
    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.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    New Mexico Forest Engineering and Road Maintenance (FERM)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the New Mexico Forest Engineering and Road Maintenance (FERM) project, aimed at road maintenance and construction within the New Mexico National Forest areas, including the Carson, Cibola, Gila, Lincoln, Santa Fe, and Kiowa Forests. The procurement seeks to establish Blanket Purchase Agreements (BPAs) for various services, including construction, emergency work, and complex maintenance tasks, with a strong emphasis on sustainable practices and compliance with federal regulations. This initiative is crucial for maintaining infrastructure and supporting environmental stewardship in national forests, ultimately benefiting local communities and ecosystems. Interested vendors, particularly small businesses, are encouraged to submit their proposals, with inquiries directed to Chad A.T. Bullock at chad.bullock@usda.gov or Joey Korst at joseph.korst@usda.gov, as the solicitation remains open for continuous submissions.
    Humboldt-Toiyabe National Forest Prospectus for Campground and Related Granger-Thye Concessions
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking applications for a concession campground special use permit within the Humboldt-Toiyabe National Forest, starting January 1, 2027, for a duration of five years with a potential five-year extension. The opportunity involves the operation and maintenance of government-owned recreation facilities, covering 19 developed recreation sites across the Bridgeport and Carson Ranger Districts, with an average gross revenue of approximately $680,680.31 over the past three years. Interested applicants must submit a detailed proposal by March 2, 2026, which will be evaluated based on their operating plan, business experience, financial resources, and proposed fees, with a minimum annual fee set at $31,379.36. For further inquiries, potential applicants can contact Chris Eddy, Recreation Management Specialist, at christopher.eddy@usda.gov or by phone at 775-431-7660.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Tule Property Clearing project located in Porterville, California. This contract, valued at $19 million, involves comprehensive site preparation services, including refuse cleanup, well and fence removal, and environmental compliance measures, with a performance period from March 31, 2026, to December 31, 2026. The project is critical for clearing encumbrances in support of the Tule River Spillway Enlargement Project, ensuring environmental safety and compliance with federal regulations. Interested small businesses must submit their proposals by January 27, 2026, and direct any inquiries to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.