127EAW25R0016 - GAOA, Pope Baldwin Trail Reconstruction
ID: 127EAW25R0016Type: Solicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Pope Baldwin Trail Reconstruction project located in South Lake Tahoe, California. This federal contract, valued between $500,000 and $1,000,000, involves the construction of a 5,000-foot bike path, including tasks such as roadway excavation, asphalt placement, and installation of signage and fencing, while ensuring pedestrian access to National Forest lands throughout the construction period. The project is set aside for small businesses, with a proposal due date extended to June 12, 2025, at 1:00 PM PST, and interested contractors must submit their bids along with required documentation to the Contracting Officer, Greg Cunningham, at gregory.cunningham@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Pope Beach Bike Path Project, overseen by the US Department of Agriculture, aims to construct a 5,000-foot bike path in the Pope Beach recreation area of South Lake Tahoe, CA. This project encompasses roadway excavation, asphalt placement, and various enhancements such as a split rail cedar fence and signage. Key requirements specify that pedestrian access to National Forest lands must remain open throughout construction, which is scheduled for July 2025 and will last for 90 days. Strict work hour limitations and specific holiday breaks govern construction activities, and contractors must adhere to several environmental and security protocols. Required submittals include project timelines, safety plans, and proof of licensure. The contractor is also responsible for managing utilities, obtaining necessary permissions for road use, and ensuring site cleanliness. Regular inspections and status reports to the Contracting Officer (COR) are mandated throughout the project's duration to ensure compliance and adherence to established deliverables. This document provides detailed technical requirements that set the groundwork for future contractor engagement, ensuring a focused and compliant execution of this public amenities enhancement initiative.
    This document is an amendment related to a solicitation for construction services issued by the USDA Forest Service. Its primary purpose is to inform bidders about the acknowledgment of the amendment receipt, which must occur before a specified deadline to avoid rejection of offers. The amendment details how contractors can acknowledge receipt—either by completing specific items or through alternative communication methods that reference the solicitation numbers. The amendment also incorporates official responses from an RFI (Request for Information) round, which are vital for ensuring proposals meet revised requirements. Critical deadlines, such as the submission and evaluation dates, are pointed out, emphasizing the necessity for compliance with the amended terms. The document underscores that all other original terms remain unchanged and stresses the importance of utilizing the revised documents to maintain responsiveness in the bidding process. Adherence to these instructions is crucial for any interested vendors aiming to participate in future contract awards associated with this solicitation.
    This document serves as an amendment to a procurement solicitation issued by the USDA Forest Service concerning a construction project. The primary purpose of the amendment is to extend the deadline for proposal submissions from May 28, 2025, to June 12, 2025, at 1:00 PM PST. Proposal acknowledgments must be received as specified to avoid rejection, with options for submission detailed for bidders. The amendment emphasizes that the contractor is not required to sign and return copies, and mentions that all other terms and conditions of the original solicitation remain unchanged. The document also includes administrative details, such as contract identifiers and contact information for the contracting office, underscoring the structured nature of government procurement processes. This extension allows vendors additional time to prepare their proposals, highlighting a commitment to fostering competitive bidding in government contracts.
    The government solicitation numbered 127EAW25R0016 pertains to the Pope Baldwin Trail Reconstruction project under the USDA Forest Service, categorized as a construction contract valued between $500,000 and $1,000,000. This project will involve the construction of a 5,000-foot-long bike path in the Pope Beach recreation area in South Lake Tahoe, California. The work encompasses various tasks such as roadway excavation, asphalt placement, tree removal, and installation of signage and a split rail cedar fence, with a focus on maintaining pedestrian access. The solicitation is set aside for small businesses, requiring submission of a bid guarantee and performance/payment bonds. Prospective contractors must submit a completed offer, which includes pricing for all items and adherence to project specifications. The contractor must commence work within ten calendar days of receiving the notice to proceed and complete the project within 90 calendar days. Additionally, the document outlines compliance requirements concerning labor standards, inspection procedures, and environmental considerations. Key elements include a prohibition against using certain foreign materials per the Buy American Act and detailed insurance coverage mandates. Overall, the solicitation aims to engage qualified contractors while ensuring regulatory compliance throughout the reconstruction process.
    The United States Department of Agriculture (USDA), through the United States Forest Service (USFS), has announced a pre-solicitation notice for Request for Proposals (RFP) related to the Pope Baldwin Trail Reconstruction project. The project entails the construction of a 5,000-foot bike path within the Pope Beach recreation area in South Lake Tahoe, CA, along with optional construction features like a split rail cedar fence, painting, and sign installation. Contractors must be small businesses and registered in the System for Award Management (SAM). The estimated project cost is between $500,000 and $1,000,000, categorized under NAICS Code 237310—Highway, Street, and Bridge Construction. Proposals will be accepted when the solicitation is posted on SAM.gov around April 25, 2025. A site visit will be included in the solicitation if necessary. Interested contractors can contact Contracting Officer Gregory Cunningham for more information. This RFP reflects the USDA's initiative to enhance recreational infrastructure while ensuring compliance with federal contracting requirements.
    The document is a Request for Information (RFI) for the Pope Baldwin Trail Reconstruction project under RFP 127EAW25R0016, managed by the U.S. Forest Service (USFS). It addresses various inquiries from contractors regarding project specifications and requirements. Key responses are provided on several topics: 1. A C12 earthwork and paving license is acceptable but optional. 2. A 10” subgrade preparation detail supersedes a requirement for 6” scarification and compaction. 3. The government does not anticipate the need for blasting based on geological conditions and will evaluate any challenges as they arise. 4. Specifications for a split rail fence allow for 8-foot posts and rails with gravel setting, while posts can be spaced further apart if required. 5. The asphalt concrete (AC) pavement thickness is specified as 3 inches. 6. Clarifications regarding equipment access and the disposal of digging spoils are included, pointing to additional construction notes. 7. The type of striping specified is thermoplastic per FP-14 Section 634. The document reflects the structured communication typical of federal procurement processes, providing contractors with essential project clarifications to inform their bids effectively. These clarifications ensure compliance with both technical and material requirements for the reconstruction project.
    The document outlines a Request for Proposals (RFP) for the reconstruction of the Pope Baldwin Trail under the Great American Outdoors Act (GAOA). It details a comprehensive schedule of construction items, listing essential tasks such as mobilization, clearing and grubbing, roadway excavation, and installation of asphalt concrete and concrete piping. The schedule is segmented into base construction items and several optional construction items—each with specified quantities and measurement units. Contractors responding to this RFP are required to bid on all items listed, ensuring compliance with project specifications and guidelines; quantities are estimates that must be verified in the field. The document emphasizes that only one contract will be awarded from this solicitation. Total pricing for the project is required but left blank for contractors to fill. Additionally, it mentions payment terms relevant to fixed-price contracts. The RFP serves as a formal invitation for qualified contractors to submit competitive bids for government-funded construction work, promoting efficiency, safety, and regulatory compliance in public infrastructure development.
    The Pope Beach Bike Path Project, overseen by the United States Department of Agriculture's Forest Service, aims to construct a bike path in El Dorado County, California, within the Lake Tahoe Basin Management Unit. The project encompasses detailed travel directions to the site, alongside project specifications outlined in various engineering sheets. These sheets detail the bike path's layout, various construction stages, materials, and accompanying infrastructure, such as signage and erosion control measures. The anticipated completion dates for these plans span from November 19-21, 2024. The project focuses on enhancing recreational access while promoting sustainability in the scenic Lake Tahoe area. It includes several components like reinforced concrete pipe details and tree protection measures to minimize environmental impact. The document emphasizes adherence to federal guidelines and local regulations, ensuring the project aligns with broader governmental objectives for community development and environmental stewardship. Overall, this initiative represents a commitment to improving public access to natural resources while maintaining ecological integrity in the Lake Tahoe Basin.
    The document outlines the revised specifications for construction contracts under the Forest Service, USDA, focusing on National Forest System Roads. Key topics include terminology, bid procedures, scope of work, material control, acceptance criteria, legal responsibilities, and erosion control. Significant amendments involve the deletion of various sections and subsections, focusing on essential work requirements such as the use of materials, inspection protocols, and payment standards. Notably, revisions were made to definitions and processes governing excavation, embankment construction, and measurement of work. A critical emphasis is placed on compliance with industry standards during construction, ensuring the use of government-approved materials, and the necessity of visual inspections for work acceptance. The document serves as a guiding framework for contractors when engaging in federal and state RFPs related to roadway construction, reinforcing standards for safety, efficiency, and accountability within federally funded projects. Overall, it consolidates essential construction guidelines while streamlining processes to facilitate effective project execution.
    The "Fire Plan for Construction and Service Contracts" outlines the responsibilities of contractors and the Forest Service regarding fire prevention and suppression within a designated contract area. Responsibilities include adherence to fire safety protocols, inspections, and the necessity for a qualified fire supervisor on-site. Specific provisions detail equipment requirements, such as fire extinguishers, spark arresters, and the availability of water supply for suppression efforts, especially during the fire precautionary period defined as April 1 to December 1 in California. The plan establishes a Project Activity Level system, determining operational limitations based on fire danger ratings, with escalating procedures from standard precautions to complete prohibition of hot work. Furthermore, it mandates compliance with state laws and permits for certain activities involving open flames or heavy machinery. Importantly, the document emphasizes communication protocols for reporting any fire incidents swiftly, ensuring a coordinated response with Forest Service personnel. Overall, this comprehensive fire management plan underscores the importance of proactive measures in ensuring safety during construction activities in fire-prone areas, thus contributing to effective land and resource management in the state's forests.
    The document outlines General Decision Number CA20250007, which establishes wage determinations for construction projects in California, including building, heavy, dredging, and highway construction across various counties. It pertains to contracts subject to the Davis-Bacon Act, ensuring compliance with minimum wage rates as per Executive Orders 14026 and 13658. The decision specifies wage rates and fringe benefits for different construction trades and categories of laborers, detailing pay structures according to geographical areas (Area 1 and Area 2) within California. The document serves as a vital reference for contractors and workers to ensure adherence to wage standards in federal construction projects. It states the types of construction covered, outlines prevailing wages, and mandates compliance with safety standards. By providing clear guidelines on compensation and worker protections, it promotes fair labor practices and compliance with federal regulations in the construction industry.
    The document is a Request for Information (RFI) form for the Pope Baldwin Trail Reconstruction project under the Great American Outdoors Act (GAOA). It outlines procedures for submitting inquiries related to the solicitation and the project's technical specifications. Inquiries must be directed to the Contracting Officer, Gregory Cunningham, via email only, and not by telephone. The form is structured to facilitate a clear and organized collection of questions, allowing multiple inquiries to be listed with responses from the U.S. Forest Service (USFS). The emphasis on written inquiries aims to maintain accuracy and accountability in communications regarding the project. This RFI serves as a tool for potential bidders to clarify details and ensure they fully understand the requirements before submission of proposals, reflecting the government’s commitment to transparency and effective project management in its contracting processes.
    Similar Opportunities
    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.
    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.
    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.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting proposals for the CA NP MULTI PMS(1) project, which focuses on pavement preservation efforts within Yosemite National Park and Devils Postpile National Monument in California. This task order request is exclusively open to a select group of prime contractors, including VSS International, Inc. and H-K Contractors, Inc., who will be responsible for various construction and traffic control activities aimed at maintaining and improving road infrastructure in these national parks. The project is critical for ensuring the safety and quality of transportation routes, as it follows assessments conducted under the Federal Highway Administration's Road Inventory Program, which evaluates the condition of paved roads and prioritizes maintenance needs. Interested subcontractors can find additional information and project documents on the Federal Lands Highway website, and inquiries can be directed to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    Polaris Snowmobile Sierra NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of a 2025 Polaris Ranger Crew XP 1000 snowmobile for the Sierra National Forest Bass Lake Ranger District. The primary objective is to enhance operational capabilities in managing national forest resources through the acquisition of this advanced vehicle, which features an 82 HP ProStar 4-Stroke engine, advanced drivetrain capabilities, and various safety and comfort features. Proposals must be submitted by December 18, 2024, with questions accepted until December 13, 2024; interested parties should contact Tammy Perrine at tammy.perrine@usda.gov for further information. This procurement is set aside for small businesses under NAICS code 336999, with a size standard of 1,000 employees.
    GAOA – Strawberry – Kamas Bunkhouse Renovations on the Uinta/Wasatch/Cache National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking qualified small businesses to undertake renovations at the Strawberry-Kamas Bunkhouse on the Uinta/Wasatch/Cache National Forest in Utah. The project involves comprehensive demolition, construction, and remodeling efforts to address housing deterioration at two sites, which include multiple bunkhouses and residences. This procurement is significant for maintaining essential facilities that support visitor services and forest management operations. Interested vendors must be registered in SAM.gov and are encouraged to monitor the site for updates, with a project budget estimated between $500,000 and $1,000,000 and a proposal submission deadline set for January 26, 2026. For further inquiries, contact Kellie Shaw at kellie.shaw@usda.gov or 208-313-3852.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the reconstruction and paving of Trestle Creek Road in Bonner County, Idaho, under project ID FLAP BONNER 841(1). The project aims to enhance a 3.75-mile stretch of roadway by implementing improvements such as riprap placement, roadway aggregates, asphalt concrete pavement, and drainage enhancements, ultimately facilitating year-round access to the Kaniksu National Forest. This initiative is part of the government's commitment to infrastructure improvement and environmental stewardship, with an estimated contract value between $5 million and $10 million. Interested vendors should note that the solicitation is set to be released in Spring 2025, with a completion target of Fall 2025, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    FSR 535/536 Recondition & Resurfacing - Coconino NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the reconditioning and resurfacing of approximately 4.00 miles of FSR 535 and the replacement of six culverts on FSR 535 and FSR 536 in the Coconino National Forest near Flagstaff, Arizona. The project aims to enhance road conditions and infrastructure, which is vital for maintaining access and safety within the national forest. The estimated contract value ranges from $250,000 to $500,000, with proposals due by January 9, 2026, at 15:30 local time. Interested parties can contact Blaine Greenwalt at blaine.greenwalt@usda.gov for further information.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking bids for the "Bighorn National Forest - GAOA Roadside Tree Clearing/Grubbing" project, which involves clearing, grubbing, tree removal, stump removal, and material disposal along designated forest service roads in Wyoming. The contract aims to enhance forest management and safety by removing roadside trees and debris, ensuring compliance with environmental regulations and public safety standards. This Total Small Business Set-Aside opportunity has a performance period from June 1, 2026, to October 31, 2027, with proposals due by January 6, 2026, at 12:00 PM Mountain Time. Interested contractors can contact Curtis Landreth at curtis.r.landreth@usda.gov or 308-251-6801 for further details.