127EAW25R0038 - GAOA, Lake Margaret Trail Bridges
ID: 127EAW25R0038Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

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 construction and installation of multi-user trail bridges along the Lake Margaret Trail in El Dorado National Forest, California, under solicitation number 127EAW25R0038. The project aims to replace unsafe water crossings with prefabricated steel truss superstructures, enhancing recreational access while adhering to federal and state construction guidelines. With an estimated construction cost between $1 million and $5 million, this opportunity is set aside for small businesses, and interested contractors must submit their proposals by the specified deadlines, including a mandatory site visit on July 7, 2024. For further inquiries, potential bidders can contact Greg Cunningham at gregory.cunningham@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA's Statement of Work outlines a project to construct and install two multi-user trail bridges at the Lake Margaret trail in California, addressing three water crossings—Caples, Schneider, and Jobe. The scope includes fabrication and installation of steel truss and timber structures, improving safety and enhancing recreational access. The project is part of a 2021 GAOA initiative due to existing unsafe crossings made of deteriorating logs. The project’s location is on the Eldorado National Forest, with specific guidelines for work execution, including restrictions on hours, environmental precautions, and necessary submissions for technical requirements. The performance period is set at 120 calendar days, beginning with the estimated start date of September 2025. The contractor is responsible for site preparation, structural installation, and adherence to safety regulations, including health, safety, and environmental management plans. The government will provide oversight and necessary materials while requiring detailed plans for quality control and erosion prevention. Overall, this undertaking aims to enhance recreational infrastructure in a protected area while emphasizing safety, environmental stewardship, and compliance with federal guidelines, reflecting standard practices for government RFPs and grants in infrastructure development.
    The USDA's statement of work outlines a project to fabricate, construct, and install multi-user trail bridges along the Lake Margaret trail, focusing on the Caples and Schneider Creek crossings, with an optional bridge at the Jobe crossing. The project aims to replace unsafe water crossings that currently consist of deteriorating logs. Set in the Eldorado National Forest, work is anticipated to commence in September 2025, with a completion period of 120 calendar days. Key tasks include the engineering of prefabricated steel truss superstructures with specific installation requirements, adherence to construction and safety regulations, and completion of necessary trail re-routes. The contract emphasizes requirements for environmental safeguards, quality control measures, and the submission of various operational plans prior to commencing work. The project is designed to enhance recreational access while complying with federal and state guidelines for construction. It underscores the government's mission to maintain public safety and natural resource conservation within national forests. This document serves as a clear directive for contractors interested in executing the project while meeting all specified requirements.
    The document outlines the solicitation for construction and installation of two multi-user trail bridges as part of the GAOA, Lake Margaret Trail Bridges project, managed by the USDA Forest Service. The project is located in the Eldorado National Forest, California, with an estimated construction cost between $1 million and $5 million, specifically set aside for small businesses. Key requirements include performance and payment bonds, sealed bids, and adherence to specific timelines for work commencement and completion, expected to start in Summer 2025. Additionally, the document details the necessary proposal submissions, such as technical specifications and required documentation, and emphasizes a mandatory site visit prior to bidding. The Contractor is responsible for ensuring compliance with technical and environmental standards, including fire safety plans and erosion control measures. All materials and construction processes must adhere to federal guidelines, particularly concerning domestic sourcing requirements under the Buy American Act. The solicitation underscores the importance of rigorous contractor management and adherence to specified labor standards. Overall, this solicitation aims to enhance recreational access while ensuring safety and compliance with federal regulations in the construction process.
    The United States Department of Agriculture (USDA), through the Forest Service, is issuing a pre-solicitation notice for an upcoming Request for Proposal (RFP) regarding the construction of multi-user trail bridges on the Lake Margaret trail in El Dorado County, California. The project, identified by solicitation number 127EAW25R0038, includes fabricating, constructing, and installing two bridges at specified crossings, with optional work on an additional bridge and connecting trails. Interested contractors must be small businesses and registered in the System for Award Management (SAM). The estimated cost for the project ranges from $500,000 to $1,000,000, falling under the NAICS code 237310 for highway, street, and bridge construction, with a size standard of $45 million. The RFP will be released on or about June 24, 2025, on SAM.gov, providing necessary specifications and details for submitting proposals. No group site visit is scheduled at this time, but information regarding a visit will be included in the solicitation if deemed necessary. For inquiries, contractors can contact Gregory Cunningham, the Contracting Officer via email. This procurement represents the USDA's efforts to enhance recreational infrastructure while adhering to federal contracting regulations.
    The document details responses to Requests for Information (RFI) regarding the GAOA Lake Margaret Trail Bridges project. The construction window is set from May 1 to October 15, with a performance period of 120 days starting in 2026. The U.S. Forest Service (USFS) clarifies various project aspects: a single mobilization will be needed, surveyors are not required for route confirmation, and the total trail length is confirmed as 1.0 mile. The contractor will handle submittals and design clarifications prior to the official bridge installation, expected to begin in 2026. All necessary permits will be covered by the government, and inspections will be conducted solely by government representatives. Additionally, the USFS acknowledges the potential for an early Notice to Proceed (NTP) for bridge fabrication to align with construction timelines. The document emphasizes compliance with state laws during the fire season and clarifies responsibilities for inspecting archaeological sites, ensuring contractors understand the operational framework and requirements for successful bid submissions.
    The document outlines a Request for Proposals (RFP) for the construction of the Lake Margaret Trail Bridges as part of the Great American Outdoors Act (GAOA) initiative. It includes a detailed schedule of items required for the construction, divided into three sections: Base Construction, Option 1, and Option 2. Each section lists specific construction items, quantities, unit prices, and total prices, although unit prices remain to be filled in by bidders. Key construction elements include mobilization, soil fill, structural concrete, prefabricated bridge superstructure, and various timber and metal components. The contractor must provide pricing for all items listed in the solicitation, and one award will be made from this RFP. The document emphasizes the estimated nature of quantities and the necessity for contractors to verify requirements based on provided drawings and specifications. Proposals must include necessary company details such as point of contact, email, phone number, UEI Number, and Tax ID, reinforcing the formal nature of the submission. This RFP exemplifies government efforts to enhance outdoor infrastructure while ensuring compliance with regulatory standards and thorough planning by bidders.
    The file provides guidance on accessing the federal government's Request for Proposals (RFPs) and grant opportunities at both federal and state/local levels. It emphasizes the necessity for users to open the document in Adobe Acrobat or Reader to fully utilize its features. The main focus is on ensuring potential applicants can effectively navigate and identify RFPs and grants that suit their project needs. By outlining the importance of using compatible software, the document underscores the government's commitment to transparency and accessibility in funding opportunities. It serves as an essential resource for entities seeking to engage with federal funding mechanisms and encourages proper engagement with the application process.
    The document presents a comprehensive supplemental specification for timber structures, specifically outlining requirements for fabrication, treatment, erecting, and painting of structural timber within federal and state-funded projects. It details the necessary materials, compliance certifications, and construction practices for structural timber, treated and untreated. Key points include demands for certification of grading, treatment consistency, and adherence to relevant standards, such as the American National Standards for Wood Products. Specific handling, storage, and protection methods are highlighted to prevent damage to timber materials. Moreover, it specifies the treatment processes for timber, including guidelines for field treatments and coating surfaces. The document also addresses structural aspects like bolting, framing, and bracing techniques, ensuring all joints are secure and properly executed. The assessment of materials and the final payment for work are dictated based on specified measuring methods laid out within the section. This specification plays a crucial role in government RFPs and funding frameworks, providing strict guidelines to uphold quality and safety standards for timber structures within infrastructure projects, ensuring accountability and compliance throughout the construction process.
    The "Fire Plan for Construction and Service Contracts" outlines the responsibilities and requirements for fire prevention and suppression activities within the contract areas related to forestry operations. Key responsibilities are assigned to the Contractor and the Forest Service, detailing protocols for fire setup, equipment usage, and compliance inspections. The Contractor must ensure compliance with fire safety regulations, designate a qualified fire supervisor, and provide adequate fire suppression tools and equipment, such as fire extinguishers and water tank trucks during the Fire Precautionary Period, which lasts from April 1 to December 1. The document delineates various definitions related to operations and specifies emergency precautions based on Project Activity Levels (PAL), which dictate operational restrictions and requirements in response to fire danger. The plan emphasizes adherence to California state law, mandates permits for certain activities like welding, and includes provisions for communications, reporting, and fire patrol requirements. Overall, this document aims to ensure safety and compliance in forestry-related operations by mitigating fire risks and establishing clear operational protocols.
    This document outlines the wage determination for construction projects within several California counties, primarily focusing on the Davis-Bacon Act requirements. It specifies the types of construction (building, heavy, dredging, and highway) covered and includes critical wage rates for various labor classifications based on regions. Two main Executive Orders are referenced—Executive Order 14026, which mandates a minimum wage of $17.75 per hour for contracts signed after January 30, 2022, and Executive Order 13658, which applies to previously awarded contracts. Wage rates for skilled workers such as carpenters, electricians, and laborers vary across counties. The document includes extensive tables detailing wage rates and fringe benefits for various labor classifications, indicating the specific rates for areas within California. As a part of federal stipulations, contractors must comply with required wage laws and submit conformance requests for unlisted classifications. Overall, this document serves as a guide for contractors to ensure compliance with federal wage laws and enhance workforce protections in construction projects across the state.
    This Request for Information (RFI) form pertains to the solicitation number 127EAW25R0038, focused on the Lake Margaret Trail Bridges under the Great American Outdoors Act (GAOA). All inquiries regarding this solicitation must be submitted in writing via the designated RFI form exclusively to Contracting Officer Gregory Cunningham via email. The RFI form allows respondents to categorize questions related to either the solicitation and evaluation factors or statement of work and technical data. Each inquiry is numbered and should include the company name, the person making the inquiry, the date, and contact information. Responses to submitted RFIs will be addressed in amendment format and posted on beta.SAM.gov. This structured process emphasizes the importance of formal communication to ensure clarity regarding the project and invites potential offerors to seek necessary information while maintaining an organized inquiry format.
    This amendment to solicitation number 127EAW25R0038 informs potential contractors of modifications, including the posting of responses to requests for information (RFI) and a revised Statement of Work (SOW) effective July 17, 2025. It mandates that all offers must acknowledge receipt of the amendment by specific means to avoid rejection. Furthermore, it highlights that any changes to previously submitted offers must reference the solicitation and this amendment, and follow established guidelines for acknowledgment. The documentation also specifies the necessity of using the revised documents, as failure to do so will render proposals non-responsive. The amendment is issued by the USDA Forest Service's Procurement & Property Services. Overall, this amendment serves to ensure that all potential bidders are aligned with the updated requirements and documentation essential for contract bidding, emphasizing the importance of compliance in government procurement processes.
    Lifecycle
    Similar Opportunities
    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.
    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--Bridge 447 - Timber Replacement
    Interior, Department Of The
    The National Park Service is preparing to issue an Invitation for Bids (IFB) for the Bridge 447 – Timber Replacement project located in Cuyahoga Valley National Park, Brecksville, OH. The project entails the complete replacement of bridge timbers, installation of new approach ties, and the reinstallation of various bridge components, all in compliance with safety standards. This procurement is significant for maintaining infrastructure within the national park system and is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the solicitation will be publicly available in mid to late December 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500.
    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.
    Custer Gallatin NF Fairy Lake Phase 2 Road & Recreation Improvements
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is preparing to solicit bids for the Fairy Lake Phase 2 Road and Recreation Improvements project located in the Custer Gallatin National Forest, Montana. This project aims to enhance Fairy Lake Road 74 and related recreational infrastructure through various tasks, including excavation, drainage improvements, road reconditioning, trail surfacing, and the installation of new facilities such as turnouts and a vault toilet. The improvements are crucial for maintaining access and enhancing recreational opportunities in the area, particularly as the project follows the completion of Phase 1, which is expected to conclude by October 15, 2026. Interested vendors are encouraged to visit the project site in fall 2025, although no formal site visit is scheduled at this time. For further inquiries, potential bidders can contact Lisa Rakich at lisa.rakich@usda.gov or Jeff Black at jeffrey.black2@usda.gov.
    FSR 535/536 Recondition & Resurfacing - Coconino NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals 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 safety and accessibility, which is crucial for forest management and public use. The estimated contract value ranges from $250,000 to $500,000, with proposals due by January 9, 2026, at 15:30 local time. Interested bidders can reach out to Blaine Greenwalt at blaine.greenwalt@usda.gov for further inquiries.
    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 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.
    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.
    Helena Lewis & Clark NF - Park Lake Dam Rehabilitation
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is preparing to solicit bids for the Park Lake Dam Rehabilitation project located in the Helena Lewis & Clark National Forest in Montana. The project entails a comprehensive scope of work, including clearing and grubbing, deconstruction of the existing dam, construction of a new dam with a seismic foundation, hydraulic seepage control, and road reconstruction, all to be completed by October 31, 2027, over two field seasons. This rehabilitation is crucial for maintaining the integrity and safety of the dam infrastructure. Interested vendors are encouraged to inspect the project site prior to the solicitation, which is anticipated to be issued by January 2026. For further inquiries, potential bidders may contact Lisa Rakich at lisa.rakich@usda.gov or Reid Stovall at reid.stovall@usda.gov.