Sunbeam Dam Stairs
ID: 1240LT25Q0029Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 8Ogden, UT, 844012310, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)

Set Aside

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

    The U.S. Department of Agriculture, Forest Service is seeking contractors for the Sawtooth Sunbeam Dam Stairs project, which involves the removal and replacement of a significant set of stairs at the Sunbeam Dam Interpretive Site in Idaho's Sawtooth National Recreation Area. The project aims to enhance safety and accessibility for visitors while adhering to environmental protection measures, including archaeological oversight during construction. The estimated budget for this project ranges between $100,000 and $250,000, with a performance period scheduled from July 7, 2025, to October 15, 2025. Interested contractors should direct inquiries to Westley Bisson at westley.bisson@usda.gov and prepare to submit sealed bids by the specified deadline of June 11, 2025, at 1700 MT.

    Point(s) of Contact
    Files
    Title
    Posted
    This document pertains to Amendment 0001 of Solicitation No. 1240LT25Q0029 for the Sawtooth Sunbeam Dam Stairs project, located in the Sawtooth National Recreation Area in Idaho. The purpose of the amendment is to address questions and answers received during a Request for Information on June 4, 2025, while the original deadline for offers remains June 11, 2025, at 1700 MT. Key details include the project's scope, which involves removing and replacing stairs at the Sunbeam Dam Interpretive Site, along with specific responsibilities regarding site disturbances, protection of existing vegetation, and engagement with archaeological monitors. The document also outlines contractor expectations regarding site management, soil compaction, material handling, and the procedures for evaluating potential delays caused by environmental concerns, such as impacts on local fish populations. Additionally, it clarifies administrative changes, acknowledges the need for site surveys, and addresses qualifications for contractors pertaining to the required services. Overall, this document serves as a formal amendment to the solicitation, providing critical insights and clarifications necessary for contractors to submit their proposals effectively while ensuring compliance with environmental and archaeological regulations.
    The document is an amendment to solicitation number 1240LT25Q0029 for the Sawtooth Sunbeam Dam Stairs project, managed by the USDA Forest Service. The primary purpose of the amendment is to officially cancel the solicitation due to a shift in project requirements and insufficient funding, with plans to resolicit the project within the next six months, contingent on future funding allocations. Additionally, a previous amendment (0001) addressed a Request for Information (RFI) dated June 4, 2025, with no modifications to the offer due date, which remains June 11, 2025, at 1700 (MT). The project entails the removal and replacement of stairs at the Sunbeam Dam Interpretive Site located in Custer County, Idaho. There will not be a pre-proposal site visit, as the site is publicly accessible. The document includes details such as the period of performance (July 7, 2025, to October 15, 2025) and the primary contacts for inquiries. Overall, it reflects standard federal protocol in managing RFP amendments and outlines the administrative and procedural steps to be followed by contractors.
    The government document is a solicitation for the Sawtooth Sunbeam Dam Stairs project (Solicitation No. 1240LT25Q0029), issued by the USDA Forest Service. The project aims to remove and replace a significant set of stairs at the Sunbeam Dam Interpretive Site within the Sawtooth National Recreation Area, located in Custer County, Idaho. Interested contractors must submit sealed bids by a specified date and comply with multiple requirements, such as providing performance and payment bonds. The document outlines the project scope, technical specifications, bid submission guidelines, inspection criteria, and contract clauses. It specifies the contractor must start within 15 calendar days of notice to proceed, complete work within 100 calendar days, and adhere to federal regulations regarding wage rates and worker safety. There is an emphasis on using domestic construction materials, and contractors are instructed to prepare detailed proposals covering their experience, production schedules, and techniques. The timeframe for the project is set from July 7, 2025, to October 15, 2025, with a budget estimated between $100,000 and $250,000. This solicitation serves to facilitate a competitive bidding process while ensuring compliance with federal procurement standards and local requirements.
    This document provides the General Wage Decision Number ID20250047 for heavy construction projects in Custer County, Idaho, effective February 7, 2025. It outlines wage requirements and classifications for workers involved in heavy construction, such as water and sewer line construction, treatment plants, and industrial sites. The Davis-Bacon Act mandates that workers on federal contracts receive specified minimum wage rates according to recent Executive Orders. For contracts entered on or after January 30, 2022, the minimum wage is $17.75 per hour, while rates for projects awarded between January 1, 2015, and January 29, 2022, are set at $13.30 per hour unless higher applicable rates are specified. The document lists wages for various classifications, including carpenters, electricians, laborers, and operators, along with fringe benefits associated with each classification. It provides specific provisions for zone pay based on geographical distance from designated post offices. Additionally, the document details the appeals process for wage determinations, ensuring compliance and allowing parties to address disputes. This wage determination is part of a broader effort to uphold labor standards and protect workers' rights on government contracts, fitting into federal RFPs and state/local procurement strategies.
    The "Sawtooth NRA Sunbeam Dam Stair Replacement" project encompasses the removal of existing stairs and the installation of new structures within the Sawtooth National Forest, specifically in Custer County. Scheduled for execution over a 100-day period from July 7 to October 15, 2025, this task order outlines several key components, including mobilization, stair removal, concrete landing creation, concrete pier establishment, and stair fabrication and installation. Each element to be executed includes a line item with descriptions and quantities, though pricing is not specified in this document. Contractors are tasked with preparing their own cost proposals, which will be compared against an engineer's estimate to determine the project's overall financial viability. This document is an integral part of the federal RFP process, highlighting important details for potential bidders, including timelines and deliverables necessary for project completion. Ultimately, it indicates the government's intent to improve infrastructure while providing guidance to contractors on the necessary project components.
    The GAOA Sawtooth NRA Sunbeam Dam Stair Replacement project aims to replace a large set of stairs at the Sunbeam Dam Interpretive Site in the Sawtooth National Recreation Area, Idaho. Key tasks include removing the existing stairs, constructing new steel stairs with handrails, and ensuring that construction operations adhere to environmental protection measures, especially regarding local waterways and wildlife. The project location is accessed via State Highway 75, with various site limitations specified, including public access restrictions during construction. An emphasis is placed on archeological protection, requiring an archeological monitor to oversee ground-disturbing activities in sensitive areas. Furthermore, the contractor is responsible for traffic control, staging areas, and ensuring that all construction materials comply with federal regulations concerning noxious weeds. The contract stipulates a 100 calendar day completion timeframe, beginning around July 7, 2025. Additional specifications detail the quality assurance for materials like concrete, alongside strict guidelines for excavation and backfill processes to maintain structural integrity. Overall, the summary reinforces the commitment to enhancing public areas while safeguarding ecological and historical resources in government-funded construction undertakings.
    The document outlines a construction project for the replacement of stairs at the Sunbeam Dam Interpretive Site within the Sawtooth National Recreation Area, managed by the U.S. Department of Agriculture Forest Service. The project involves demolishing existing stairs, constructing concrete piers and landings, and installing new metal stairs with handrails. Detailed specifications are provided regarding materials, including concrete treatment, lumber grading, and steel fabrication standards, ensuring robust construction that adheres to safety guidelines. The document includes travel directions, project maps, and a series of construction drawings that specify design elements and installation instructions. Additionally, it details general notes, structural requirements, and design loadings to ensure compliance with federal and local regulations. The project reinforces the Forest Service's commitment to preserving outdoor recreational sites while enhancing safety and accessibility for visitors.
    Lifecycle
    Title
    Type
    Sunbeam Dam Stairs
    Currently viewing
    Solicitation
    Similar Opportunities
    GAOA Idaho Airstrip Back Country 2
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GAOA Idaho Airstrip Back Country 2 project, which involves deferred maintenance at three backcountry airstrips—Chamberlain, Cabin Creek, and Cold Meadows—within the Payette National Forest in Idaho. The project aims to enhance airstrip infrastructure through various tasks, including tree removal, installation of drainage systems, construction of tie-downs and information boards, and overall grading, while adhering to strict environmental regulations and utilizing non-motorized equipment. This initiative is crucial for maintaining safe access to remote areas and ensuring the functionality of these airstrips, which are vital for emergency services and recreational access. Proposals are due by January 9, 2026, and interested contractors should contact Pat Newberry at Patricia.newberry@usda.gov or Kellie Shaw at kellie.shaw@usda.gov for further details.
    ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is preparing to solicit bids for the rehabilitation of National Forest Service System Road 221 (ID FS NEZPR117 221(1)) located in Idaho County, Idaho. This project encompasses a comprehensive 29.7-mile rehabilitation effort, which includes pavement preservation, repair, subexcavation, and drainage improvements, with a tentative completion date set for Fall 2026. The estimated contract value ranges from $10 million to $20 million, and proposals will be accepted from a select group of six prime contractors as part of a Multiple Award Task Order Contract (MATOC) for the region. Interested vendors can obtain further details and preliminary plans by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the solicitation expected to be released in Winter 2025/2026.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Buyer not available
    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.
    Helena Lewis & Clark NF - Park Lake Dam Rehabilitation
    Buyer not available
    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.
    End of the World Long Term Stewardship
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking industry feedback through a Request for Information (RFI) for the End of the World Long Term Stewardship project in the Nez Perce-Clearwater National Forest, Idaho. The initiative aims to address forest health by reducing risks associated with insect infestations, wildfires, and improving water quality across approximately 17,000 acres, with an anticipated offering of over 50 million board feet of commercial timber. This project is significant for enhancing forest resilience and fostering sustainable land management practices, with various service activities including timber removal, road maintenance, and biomass management planned over a potential 10-year contract term. Interested parties are encouraged to submit their feedback by September 17, 2025, and can direct inquiries to Matt Daigle at matthew.daigle@usda.gov or by phone at 605-415-9057.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the ID FLAP BONNER 841(1) project, which involves roadway improvements on Trestle Creek Road, located approximately 13 miles east of Sandpoint, Idaho. The project encompasses a 3.75-mile stretch and includes tasks such as placing riprap, roadway aggregate, and asphalt concrete pavement, along with drainage enhancements and stream bank restoration to create an all-weather, single-lane road with turnouts for year-round access to the Kaniksu National Forest. The estimated contract value ranges between $5 million and $10 million, with solicitation anticipated in Fall 2025 and a completion target set for Fall/Winter 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details.
    Intermountain Stewardship BPA
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.