Forest Service - Vista BAER Road Treatment
ID: 127EAW25R0011Type: 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 Mar 4, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 6:00 PM UTC
Description

The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Vista BAER Road Treatment project located in the San Bernardino National Forest, California. This project aims to implement essential drainage measures and install hazard signs, gates, and rock boulder barricades to restore functionality and safety in the area affected by the Vista Fire. The procurement emphasizes compliance with federal regulations, including the Federal Acquisition Regulations (FAR), and prioritizes small business participation, particularly from service-disabled veteran-owned and economically disadvantaged firms. Interested contractors must submit their proposals by email, detailing pricing and technical plans, with the project expected to commence in Spring 2025 and complete within 60 days of the Notice to Proceed. For further inquiries, potential bidders can contact Tanya Torres at tanya.torres@usda.gov.

Point(s) of Contact
Files
Title
Posted
This document is an amendment to the solicitation for the Vista BAER Road Treatment project managed by the USDA Forest Service. It details the procedures contractors must follow to acknowledge this amendment, including submission methods and the importance of timely responses. The amendment addresses responses to various Requests for Information (RFIs), outlining critical clarifications about project requirements. The government will provide certain equipment, like the 8" locking post, but contractors are responsible for supplying additional necessary parts. The document also specifies the source and sizing of boulders required for the project. Additionally, it incorporates updates to contract clauses due to recent executive orders, ensuring all provisions remain in effect unless otherwise stated. To facilitate compliance and clarity, several attachments regarding modification of contract clauses are included, indicating the importance of adherence to updated requirements to ensure proposals are not deemed non-responsive.
Mar 25, 2025, 10:06 PM UTC
The document outlines specifications and requirements for the Lytle Creek Firing Range, including details related to existing structures and site management. A need for various building installations and reinforcements is highlighted, indicating the necessity to reinstall a total of ten buildings on site. There are indications of area measurements and topographical references such as "Upper Lytle Creek Ridge" and "North Fork Lytle Creek," suggesting an emphasis on specific geographical coordinates and local environmental considerations. The context of this file fits within government RFPs and possibly federal grants that address land development or infrastructure improvements for recreational or safety purposes. The focus is on maintaining compliance with safety regulations while enhancing the facilities at Lytle Creek. Overall, the document serves as a foundation for planning and executing the structural needs of the firing range, emphasizing the importance of environmental and safety protocols in alignment with governmental objectives for public spaces.
The document outlines modifications to the Federal Acquisition Regulations (FAR) system, following Executive Order 14173, which revokes E.O. 11246 on Equal Employment Opportunity. It emphasizes a shift toward merit-based opportunities and compliance standards in federal acquisitions. The document details provisions and clauses related to labor laws, particularly in small business programs and sealed bidding, updating how contractors must represent their compliance with affirmative action and equal opportunity requirements. Notable changes include the removal of specific previous contract compliance clauses that were tied to E.O. 11246, indicating a substantial change in federal guidelines surrounding these topics. The revisions reflect the government's intent to simplify and streamline the procurement process while ensuring adherence to updated regulatory expectations concerning workplace fairness and equality. The document serves as a framework for understanding the evolving landscape of federal contracting and compliance requirements, encouraging entities to align with current standards and practices.
Mar 25, 2025, 10:06 PM UTC
The Vista and Line Burned Area Emergency Response (BAER) project aims to implement urgent drainage measures in response to the Vista Fire on the San Bernardino National Forest's Front Country. The contract encompasses the installation of hazard signs, gates, rock boulder barricades, and restoration of drainage functions, compliant with specified regulations and guidelines. The Forest Service outlines that the contractor must supply labor, materials, and equipment while adhering to environmental precautions, such as minimizing work during rainy periods to prevent soil erosion. The project will start in Spring 2025, with a completion window of 60 days following the issuance of the Notice to Proceed. It's crucial for contractors to secure proper permits, manage traffic control, and maintain environmental standards throughout the operation. The scope includes adhering to the Davis Bacon prevailing wage provisions, requiring a construction schedule and traffic control plans submitted for government approval. To ensure quality control, contractors will also need to preemptively locate buried utilities and follow best management practices regarding water quality and erosion control measures. This initiative reflects the federal commitment to restoring natural landscapes and ensuring public safety following disaster events like wildfires, emphasizing environmental stewardship in compliance with federal regulations.
Mar 25, 2025, 10:06 PM UTC
The document outlines the wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, establishing minimum wage rates and fringe benefits for various occupations in California's Riverside and San Bernardino counties. It specifies that contracts initiated on or after January 30, 2022, must adhere to the minimum wage of $17.75 per hour as mandated by Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, must comply with a rate of $13.30 per hour, unless a higher rate is specified in the wage determination. Detailing occupations, the document presents wage rates across various job classifications, including clerical, technical, and healthcare roles, along with stipulations on benefits such as health and welfare provisions worth $5.36 per hour and annual paid vacation and holidays. It notes that employees under certain classifications may also qualify for higher minimum wage rates under Executive Orders. Additionally, it includes guidance for contractor compliance with employee classifications not listed, emphasizing the importance of equitable wage distribution and mandated employee rights under federal law. The purpose of this document is to ensure that federal contractors compensate their employees fairly and adhere to labor standards set by the government.
Mar 25, 2025, 10:06 PM UTC
The "Fire Plan for Construction and Service Contracts" outlines fire prevention and suppression responsibilities for contractors working in designated areas in California. The contractor must adhere to fire management practices, prevent fires during operations, and maintain necessary firefighting equipment. The Forest Service retains inspection rights but does not absolve the contractor from safety responsibilities. Key provisions include designating a fire supervisor, maintaining adequate firefighting tools as per California law, ensuring fire extinguishers are readily accessible, and providing a water tank truck for fire suppression. Additionally, communication protocols are established for reporting fires and conducting regular inspections. The plan categorizes operational levels (A through E) based on fire danger ratings, stipulating corresponding requirements and restrictions. Compliance ensures effective fire safety measures during high-risk periods, emphasizing the critical need for adherence to state laws and maintaining clear communication with the Forest Service to prevent fire hazards throughout construction activities.
Mar 25, 2025, 10:06 PM UTC
The U.S. Forest Service's solicitation for the Vista Fire BAER project in FY2025 outlines various Federal specifications as part of its procurement process. Key sections include terms and definitions relevant to contracting, the scope of work, methods for project execution, work quality control, and payment terms. Notable changes include deletions of certain sections and the introduction of updated definitions crucial for effective project management. The Forest Service adopts specific regulations and guidelines, emphasizing compliance with established standards throughout the contracting process. The document serves as a comprehensive blueprint for potential contractors, detailing essential requirements for bid submissions and project execution, ultimately promoting accountability and quality in the management of forest resources.
Mar 25, 2025, 10:06 PM UTC
The document outlines the Standard Road Maintenance Specifications for federal, state, and local government road maintenance contracts. It includes detailed sections on definitions, quantity measurement, regulatory requirements, work area management, and various tasks such as blading, dust abatement, asphalt patching, drainage, and maintenance of roads. Each section provides guidelines on methods, materials, and worker safety, emphasizing compliance with relevant regulations such as those from the EPA and OSHA. Measurement and payment protocols are specified for each task, ensuring clarity in contractor responsibilities and expectations. The purpose of these specifications is to standardize maintenance procedures to ensure safe, effective, and environmentally compliant road upkeep while facilitating bid processes for contractors. The document serves as a vital reference for contractors engaged in road maintenance, offering a structured approach to fulfilling contractual obligations.
Mar 25, 2025, 10:06 PM UTC
The document is a Request For Information (RFI) form related to the Vista Baer Road Treatment project in the San Bernardino National Forest, identified by the solicitation number 127EAW25R0011. It specifies that RFI responses will be processed through amendments published on SAM.gov, and emphasizes that inquiries must be submitted in writing to the designated Contract Specialist, Tanya Torres, via an editable form. The form requires information such as the company name, the inquirer’s details, and a structured list for articulating inquiries regarding the solicitation or technical data. It states that telephonic inquiries will not be accommodated. The form outlines the procedure for submitting questions in a systematic way, ensuring that communications are clear and organized. This document is part of the broader federal solicitation process, reflecting transparency and structured engagement between the U.S. government and potential contractors or stakeholders in environmental management projects.
The document outlines the modification of contract clauses for the Vista BAER Road Treatment project within the San Bernardino National Forest, necessitated by several recent Executive Orders (EOs). These EOs require alterations or removals of specific contract clauses to comply with new federal policies. Notably, numerous clauses related to equal employment opportunity and environmental compliance are either no longer applicable or have been modified due to EOs 14173, 14168, 14148, and 14205. This includes key provisions regarding affirmative action, biobased product certification, and various annual representations and certifications. Additionally, several clauses are accompanied by specified deviations indicating changes in their application as per the EOs. The modifications aim to align federal contracts with current regulations, reinforcing the government's commitment to equal opportunity and sustainable practices in contracting. Recognizing these changes is crucial for contractors to ensure compliance and maintain eligibility for government projects.
The document outlines updates to the Federal Acquisition Regulations (FAR) concerning sustainable procurement practices, following the revocation of Executive Order 14057. It emphasizes the necessity for federal agencies to procure sustainable products and services, detailing definitions, policies, and exceptions related to biobased and environmentally preferable products. Agencies are mandated to integrate sustainable procurement into their purchasing decisions, with a focus on statutory purchasing programs that include products with recovered materials, ENERGY STAR® certified items, and biobased goods. The document specifies contracting officers' responsibilities and includes clauses for compliance, ensuring that sustainable choices are prioritized unless impracticable. Additionally, agencies are encouraged to report greenhouse gas emissions and reduction goals, further reinforcing the federal commitment to sustainability in acquisitions. The Green Procurement Compilation (GPC) is provided as a resource for agencies to identify applicable sustainable products and services. This guidance is essential in promoting environmentally responsible government contracting practices while aligning with broader sustainability initiatives.
Mar 25, 2025, 10:06 PM UTC
The document outlines the Request for Proposal (RFP) for the Vista BAER Road Treatment project by the USDA Forest Service, aimed at addressing drainage and hazard sign installation in the San Bernardino National Forest. The project entails installing two hazard signs, one 6-inch gate, one 8-inch gate, placing rock boulder barricades, and restoring drainage function over a mile of terrain. Contractors must submit proposals via email, detailing pricing, technical plans, and past project experience. The RFP emphasizes compliance with FAR regulations, submission formatting, and a clear project execution plan that includes safety protocols. Evaluation criteria focus on past performance, work plans, key personnel, and production schedules. Additionally, the contractor is responsible for obtaining necessary permits and ensuring site cleanliness throughout the project. The award process will favor qualified small businesses, including service-disabled veteran-owned and economically disadvantaged firms. This initiative reflects a commitment to post-wildfire recovery efforts while promoting small business participation in federal contracting opportunities.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
Forest Service - Cerro Alto Campground Sinkhole & Culvert Repair (ERFO)
Buyer not available
The U.S. Department of Agriculture, Forest Service, is soliciting bids for the Cerro Alto Campground Sinkhole & Culvert Repair project located in the Los Padres National Forest, California. The project entails replacing a rusted culvert and repairing pavement, with an estimated budget between $25,000 and $100,000, and is set aside for small businesses under the Total Small Business Set-Aside program. This initiative is crucial for maintaining public infrastructure and ensuring environmental protection within national forests. Interested contractors must submit their proposals via email by the specified deadlines, and all inquiries should be directed to Contract Specialist Tanya Torres at tanya.torres@usda.gov.
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.
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.
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.
Synopsis of Intent to Use R5 Pacific SW Stewardship BPA - GAOA Sugar Pine Recreation Complex Hazard Tree Stewardship IRSC
Buyer not available
The Department of Agriculture, specifically the Forest Service, intends to utilize the existing R5 Pacific Southwest Stewardship Blanket Purchase Agreement (BPA) to solicit and award a BPA Call for hazardous tree management at the Sugar Pine Recreation Complex, located in the American River Ranger District near Foresthill, California. The project involves mandatory timber cutting and removal across 22.5 acres in the Giant Gap Campground, with additional optional work in surrounding areas, aimed at mitigating hazardous fuels in forested regions. This initiative, funded through the Great American Outdoors Act (GAOA), emphasizes the importance of small business participation in federal contracting opportunities, enhancing local engagement and competition. Interested BPA holders should prepare for the solicitation, which is expected to be issued in May 2025, with awards planned for June 2025, and project execution scheduled from September 2025 to May 2026. For further inquiries, contact Karen Ruklic, Contract Specialist, at karen.ruklic@usda.gov or call 208-702-3519.
FUELS REDUCTION, THINNING, AND HAZARD TREE REMOVAL
Buyer not available
The Bureau of Land Management (BLM) is seeking quotes for Hazard Tree Mitigation, Forest Health Thinning, and Fuels Reduction Support Services through Request for Quotation (RFQ) 140L1225Q0011. The procurement aims to enhance forest health and reduce wildfire risks by addressing tree hazards and associated slash treatment in compliance with specified performance work statements. This initiative is crucial for promoting environmentally responsible forestry management practices while ensuring compliance with federal procurement and labor laws. Interested contractors must register on SAM.gov and submit their quotes by May 7, 2025, following a mandatory site visit scheduled for April 21, 2025. For inquiries, contact Karianne Lerum at klerum@blm.gov.
Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) aimed at enhancing forest health and resilience across multiple national forests in California. This procurement encompasses a range of activities including timber harvesting, biomass utilization, and road maintenance, with a performance period of up to 10 years, extendable to 20 years. The initiative is crucial for sustainable forest management, addressing wildfire risks, and supporting local economies through timber supply. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to submit proposals continuously throughout the BPA's lifespan, with evaluations conducted at the Forest Service's convenience. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Keith Brugger at keith.r.brugger@usda.gov.
VIPR I-BPA for Incident Base Unit for Region 5 - Pacific Southwest Region ONLY
Buyer not available
The Department of Agriculture, specifically the U.S. Forest Service (USFS), is seeking quotes for an Incident Base Unit exclusively for Region 5, which encompasses the Pacific Southwest Region. This procurement aims to secure a contractor responsible for providing all necessary equipment, materials, supplies, transportation, lodging, and trained personnel to support local, regional, and nationwide fire suppression and all-hazard incidents, as well as RX Prescribed Project Work. The resources acquired through this contract will play a crucial role in protecting lands from various hazards, with the potential for interagency cooperation with entities such as the Department of the Interior and National Park Service. Interested vendors must ensure they have a valid email address, a Unique Entity ID (UEI), active registration in the System for Award Management (SAM), and a Login.gov account to participate in the solicitation process, which will be conducted via the Virtual Incident Procurement (VIPR) system. For further inquiries, vendors can contact RaShauna Workman at rashauna.workman@usda.gov or by phone at 208-296-8375.
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.