Suiattle & PCT Bridge Rehabilitation
ID: 12048924Q0120_1125087Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICE-SPOC NWWashington, DC, 202500001, 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 USDA Forest Service, is seeking proposals for the rehabilitation of two trail bridges, the Canyon Creek Suspension Bridge and the Miners Creek Footlog Bridge, located in the Mt. Baker-Snoqualmie National Forest in Washington. The project requires specialized construction techniques due to the wilderness setting, including the prohibition of power tools and the use of helicopters for material transport, with a focus on preserving the natural environment and minimizing ecological impact. This rehabilitation effort is crucial for maintaining public access and safety on these trails, with an estimated project cost between $250,000 and $500,000, and a completion deadline set for October 17, 2025. Interested contractors must submit their proposals by September 12, 2024, and can contact Tawana Green at tawana.green@usda.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Forest Service has issued a Request for Proposals (RFP) for the GAOA Suiattle & PCT Trail Bridge Rehabilitation project, targeting two bridges in the Mt. Baker-Snoqualmie National Forest. The solicitation is designated number 12048924Q0120 and includes a detailed scope of work, project specifications, and requirements for submission. Contractors must acknowledge amendments to their proposals, with the deadline extended to September 12, 2024. The project involves rehabilitating the Canyon Creek Suspension Bridge and the Miners Creek Footlog Bridge, which includes replacing various structural components and ensuring compliance with seasonal construction constraints due to environmental concerns. The Forest Service will supply certain materials, such as untreated logs for bridge caps, but contractors are responsible for fabrication and transport. Key details include the prohibition of in-water work during specified seasons, limitations on helicopter operations, and strict guidelines for preserving existing vegetation and minimizing environmental impact. The estimated project cost ranges between $250,000 and $500,000, and work is expected to be completed by October 17, 2025. The overview highlights the federal government's efforts to maintain infrastructure while adhering to environmental regulations, emphasizing collaboration with contractors for a successful project outcome.
    The document outlines standard specifications for the construction of trails and trail bridges on U.S. Forest Service projects, which incorporates various aspects such as general requirements, contract intent, quality assurance, materials control, and payment methods. It is structured into multiple sections that provide detailed specifications regarding trail construction, maintenance, and restoration processes, including excavation, embankment, clearing, grubbing, surfacing, and bridge construction. Key sections address the control of work, measurement and payment, mobilization, and maintenance for traffic, ensuring the trails remain safe and accessible during construction. The specifications emphasize using suitable materials, maintaining quality during construction, and adhering to approved plans as directed by the Contracting Officer. This document serves as a guideline for contractors bidding on federal projects, ensuring they meet regulatory standards for construction and maintenance of trails, thus supporting safe public access to natural areas. By providing comprehensive guidance and clear definitions, it aims to facilitate efficient project execution and promote environmental sustainability in trail management. The update supersedes earlier standards from 1996, reflecting evolving best practices.
    The document outlines the specifications for the construction of a Single Log Stringer Trail Bridge located in the Olympic National Forest, under the oversight of the United States Department of Agriculture, Forest Service. It details the design criteria, including a uniform live load of 90 PSF, a span length of 58 feet, and a total length of 60 feet. The bridge is to be constructed using Douglas Fir for the stringer, encapsulating requirements such as treating material and using galvanized hardware per specified standards. Additionally, it defines material specifications for railings in Western Red or Alaska Yellow Cedar and provides instructions for sils and foundation preparations utilizing native soil. The document includes multiple drawing titles that list the workflow stages of the design, from planning to execution. It outlines exact fabricating and sourcing requirements, such as obtaining unpeeled logs stored at the Darrington Ranger Station, highlighting the collaborative effort between contractors and government resources. Signatures from relevant approving parties indicate a clear review and validation process. Overall, the document serves as an official guide for contractors involved in the federal project, ensuring compliance with established design standards and safety regulations during construction.
    The document consists of a series of photographs related to the Canyon Creek Suspension Bridge (784-6.5). It provides visual documentation from various perspectives, highlighting different structural components of the bridge. The images include views of the bridge at the beginning and end, alongside close-up shots of its underside and aerial views. Specific features such as Tower 1 and Tower 2, as well as details like railings, hangers, needle beams, tower caps, and cable saddles, are captured to provide a comprehensive overview of the bridge's structural integrity. This photographic representation may be intended for assessing the condition or for inclusion in federal or local project proposals regarding maintenance or renovation efforts surrounding the bridge, showcasing the bridge’s current state for potential grants or funding applications. The emphasis on visual context supports detailed evaluations necessary for any forthcoming work related to the bridge.
    The file titled "Miners Creek Footlog 2000-42.25" comprises a series of site photographs that document various aspects of the Miners Creek location. The images include views of structures, landforms, and environmental features in relation to the site, aimed at providing visual documentation for further analysis or project assessments. The descriptions accompanying the photos emphasize different elements such as the landscape, existing infrastructures, and potential areas for development or monitoring. This collection serves as a visual record that could support federal, state, or local RFPs and grants by illustrating the site's conditions and informing stakeholders on potential environmental interventions or construction considerations. The overall purpose of the documentation appears to align with government oversight and planning efforts concerning land use and environmental management.
    The document outlines the federal government’s Request for Proposals (RFPs) and grants, with an emphasis on ensuring compliance and regulatory adherence for various projects. It discusses how organizations can engage with federal funding opportunities, including submitting proposals for potential government contracts and grants across diverse sectors. The details cover the submission requirements, evaluation criteria, and guidelines for both federal and state/local entities. Important aspects include the significance of detailed project descriptions, budget plans, and projected outcomes to secure funding. The document serves as a crucial resource for applicants seeking to navigate these opportunities effectively, highlighting the government's commitment to transparency and accountability in administering grants and contracts. Overall, it emphasizes the necessity for detailed planning and thorough documentation to maximize successful engagements with federal initiatives.
    The document outlines fire protection and suppression protocols for the Pacific Northwest Region, particularly for contractors operating within national forests during the fire season, from April 1 to October 31. It mandates that every contractor must create a fire plan in collaboration with the contracting officer and certify compliance with fire prevention requirements before commencing operations. Specific measures, including restrictions on smoking and open fires, are enumerated alongside the necessary firefighting equipment, such as fire extinguishers, tools, and spark arresters for vehicles. The document also specifies various Industrial Fire Precaution Levels (IFPLs), dictating operational restrictions based on fire hazard conditions. The contractor's responsibilities extend to designating personnel for fire security, maintaining firefighting tools, and ensuring compliance with state fire regulations. In emergencies, the Forest Service retains authority to enforce additional measures, including halting operations if conditions become hazardous. This comprehensive approach emphasizes collaboration and preparedness to mitigate fire risks effectively, ensuring both compliance with federal standards and protection of forest resources.
    This document serves as a questionnaire aimed at assessing contractors’ technical capabilities regarding wilderness trail bridge construction projects. It specifically seeks detailed information on several key areas: the contractor's experience with wilderness bridge construction, particularly with primitive tools and helicopter material transport; past experience with suspension bridge construction or repairs; and an outline for planned repairs to the Canyon Creek Suspension Bridge and the replacement of the Miners Creek footlog. Contractors are expected to detail their proposed helicopter types, estimated trips, tools to be used in the wilderness, and safety measures during the operations. Furthermore, a timeline for project completion, including material acquisition, is required. This questionnaire reflects the government's stringent evaluation process for potential contractors, ensuring only qualified entities are selected for such specialized public infrastructure projects.
    The document is a solicitation for the rehabilitation of two trail bridges within the Mt. Baker-Snoqualmie National Forest, focusing on the Canyon Creek Suspension Bridge and Miners Creek Footlog Bridge. The solicitation requires bidders to submit sealed offers detailing their approach to the construction tasks outlined in the project description, including mobilization, removal of existing materials, and replacement of specific structural components. Key project details emphasize restrictions due to the wilderness setting, such as the prohibition of power tools and the use of helicopters for material transport. Key deadlines include a start date of September 23, 2024, and a completion deadline of October 17, 2025. The government estimates the project cost between $250,000 and $500,000. Environmental considerations are critical, with specific guidelines for protecting wildlife, vegetation, and waterways during construction. Various specifications emphasize safety protocols, the importance of complying with local and federal regulations, and the requirement for thorough inspections and documentation. The intent is to ensure that all rehabilitative efforts maintain the integrity of the natural landscape while enhancing the functionality and safety of the trail bridges for public use.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    White Mountain National Forest, Rob Brook Road Bridge Replacement, FR 35, MP. 0.1
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting bids for the replacement of the Rob Brook Road Bridge located in the White Mountain National Forest, Albany, New Hampshire. The project involves demolishing an existing 28-foot timber bridge and constructing a new 44-foot steel girder bridge, with a completion deadline set for October 31, 2025. This infrastructure improvement is crucial for maintaining safe transportation routes within national forests and reflects the government's commitment to environmental stewardship. Interested contractors must register in the System for Award Management (SAM) and submit their bids by September 10, 2024, with the anticipated contract value ranging between $500,000 and $1,000,000. For further inquiries, potential offerors can contact Brad Higley at bradley.higley@usda.gov.
    Naha Trail Phase 2 Restoration
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Naha Trail Phase 2 Reconstruction project located in the Tongass National Forest near Ketchikan, Alaska. This project aims to enhance recreational access by reconstructing trail infrastructure, including the installation of boardwalks, bridges, and aggregate surfacing, while adhering to strict environmental guidelines and safety measures. The anticipated budget for this federal contract ranges from $500,000 to $1,000,000, with a total small business set-aside designation. Interested contractors must submit their proposals by the specified deadlines, including a 20% bid bond, and can direct inquiries to Mai Moua at mai.moua@usda.gov. The cut-off for pre-bid questions is September 3, 2024, by 5:00 PM AKDT.
    Veterans Point Trail Rehabilitation
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the Veterans Point Trail Rehabilitation project located in the Black Hills National Forest, South Dakota. This project aims to restore a trail along Highway 385 near Pactola Lake Dam, ensuring safety and structural integrity while adhering to federal and state regulations. The contract, with a budget range between $250,000 and $500,000, requires contractors to submit sealed offers that meet specified technical, performance, and insurance requirements, with a proposal submission deadline set for October 7, 2024, by 5:00 P.M. EST. Interested contractors can contact Brenda Simmons at brenda.simmons@usda.gov for further information.
    San Juan Bridge Campground Road & Spur Deferred Maintenance (GAOA)
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the San Juan Bridge Campground Road & Spur Deferred Maintenance project located in Pagosa Springs, Colorado. The contractor will be responsible for providing all necessary materials, labor, and equipment to complete road resurfacing and campground maintenance, with a project budget estimated between $100,000 and $250,000. This initiative is part of the Great American Outdoors Act, aimed at enhancing public recreational spaces while ensuring compliance with environmental regulations. Interested small businesses must submit their proposals by September 20, 2024, and can direct inquiries to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov.
    Project WV ERFO FS MNGAH921 2018-1(1) - Monongahela National Forest
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Eastern Federal Lands Highway Division, is seeking qualified small businesses for a construction project in the Monongahela National Forest, West Virginia. The project involves trail and road repairs, culvert replacements, and bridge reconstructions across 29 repair sites, necessitated by damage from significant storms, with an estimated total cost between $12 million and $15 million. This initiative aims to enhance infrastructure resilience and promote small business participation in federal contracting opportunities. Interested prime contractors must submit their qualifications by September 25, 2024, to Mr. Michael Sun at EFLHD.Contracts@dot.gov, adhering to specific formatting guidelines for their submissions.
    Blue Lakes Trailhead Reconstruction
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the reconstruction of the Blue Lakes Trailhead located in the Grand Mesa, Uncompahgre, and Gunnison National Forests in Colorado. The project aims to enhance accessibility and safety by reconditioning the parking area, replacing old restroom facilities with new vault toilets, and implementing erosion and sediment control measures. This initiative is crucial for improving public infrastructure and promoting sustainable outdoor recreation while ensuring compliance with environmental standards. Interested contractors should contact Brenda Simmons at brenda.simmons@usda.gov, with a project budget estimated between $250,000 and $500,000, and a completion timeline of 210 days following the notice to proceed.
    WA NP MORA PMS(2), PAVEMENT PRESERVATION MT RAINIER WEST
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the WA NP MORA PMS(2) Pavement Preservation project at Mount Rainier West in Washington. This project aims to enhance approximately 25.68 miles of roadway, with a contract value estimated between $5 million and $10 million, and is open exclusively to designated contractors under existing MATOC contracts. The procurement emphasizes compliance with federal regulations and requires bidders to submit proposals by September 17, 2024, ensuring adherence to project specifications and timelines. Interested parties can direct inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520.
    OLYM - REMOVE HAZARD TREES AT LAKE CRESCENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals from qualified small businesses for the removal of approximately 222 hazardous trees located adjacent to US 101 at Lake Crescent, Washington. The project requires contractors to provide all necessary personnel, equipment, and materials to safely remove the identified trees, implement traffic control, and manage the disposal of debris, while adhering to environmental preservation standards. This initiative is crucial for maintaining road safety and mitigating hazards within the national park, reflecting the government's commitment to environmental management and public safety. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with the anticipated contract performance period from September 30, 2024, to November 22, 2024. For further inquiries, contact Mickey Chisolm at mickeychisolm@nps.gov or call 360-565-3025.
    Crazy Woman Creek Corridor Updates - Forest Service Rd. 33 Repairs
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service under the Bighorn National Forest, is soliciting proposals for the Crazy Woman Creek Corridor Updates, which include critical repairs to Forest Service Road 33 in Wyoming. The primary objective of this project is to replace a bridge at milepost 1.70, with additional optional work involving the rehabilitation of other bridges, road improvements, and culvert replacements along specified mileposts. This initiative is vital for enhancing infrastructure integrity within the national forest, ensuring improved transport and access while adhering to environmental and safety regulations. Interested contractors must submit sealed bids by October 3, 2024, with a performance period set from January 1, 2025, to July 1, 2026. For further inquiries, potential bidders can contact Mark Reed at mark.reed@usda.gov.
    WA USFS OKWEN 617 76(1) Icicle Creek Rockfall Mitigation Project
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Icicle Creek Rockfall Mitigation Project located in Chelan County, Washington. The project involves implementing rockfall mitigation measures on up to three slopes, including the installation of draped wire mesh, slope scaling, and gabion basket barriers over a length of 0.55 miles. This initiative underscores the government's commitment to infrastructure safety and environmental protection in sensitive natural areas. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative completion date set for summer 2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.