127EAW25R0010 - Antelope Fire Road Reconditioning
ID: 127EAW25R0010Type: 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
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 8:00 PM UTC
Description

The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Antelope Fire Road Reconditioning project, designated as Solicitation Number 127EAW25R0010. This project aims to repair and restore forest road infrastructure on the Shasta McCloud Management Unit following damage from the Antelope Fire, focusing on asphalt repairs, vegetation removal, and drainage restoration. The initiative is crucial for enhancing public safety and maintaining transportation networks while adhering to environmental standards. The total project budget is estimated 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 Contracting Officer Greg Cunningham at gregory.cunningham@usda.gov.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 7:04 PM UTC
The Antelope Fire Roads Reconditioning project, spearheaded by the US Department of Agriculture, aims to repair and restore forest road infrastructure on the Shasta McCloud Management Unit, specifically following damage from the Antelope Fire. The scope includes asphalt repairs, vegetation removal, road reconditioning, and efficient drainage restoration. Key tasks involve mobilization, clearing and grubbing, aggregate base installation, ditch reconditioning, and pavement patching, adhering to specified Forest Service standards. Temporary traffic control measures will ensure safe public access during the project, with an emphasis on minimizing disruption. Contractors are responsible for all necessary materials, labor, and coordination with local utilities for water access. The project is set to be completed within 60 calendar days after the Notice to Proceed. Cleanup and debris removal are mandatory to protect existing structures and maintain a safe work environment. This initiative reflects the USDA's commitment to forest management and public safety, showcasing a structured approach to infrastructure restoration in the aftermath of fire damage.
Apr 2, 2025, 7:04 PM UTC
The document outlines the Request for Proposal (RFP) for the Antelope Fire Road Reconditioning project by the USDA Forest Service, designated as Solicitation Number 127EAW25R0010. The project aims to repair forest roads damaged by the Antelope Fire, focusing on asphalt repairs, road reconditioning, and restoring functional drainage systems. The solicitation includes a range of requirements, including submission of performance and payment bonds, adherence to technical specifications, and compliance with federal regulations. Bids are sought from small businesses, and firms must submit a completed offer form by May 2, 2025. The anticipated project budget falls between $500,000 and $1,000,000 and emphasizes a total small business set-aside. Proposals must provide all requested documents and adhere to a timeline for work commencement and completion, allocating 60 calendar days for the project start after receiving the notice to proceed. The document presents detailed bid item schedules and outlines necessary clauses and certifications related to labor, safety standards, and environmental regulations, ensuring contractors maintain compliance throughout the project lifecycle. The structure is divided into clear sections including instructions, project scope, timelines, and contractual obligations to guide potential offerors in their submissions.
Mar 18, 2025, 4:07 PM UTC
The USDA, through the US Forest Service, has issued a pre-solicitation notice for an RFP, specifically Solicitation Number 127EAW25R0010, related to the Antelope Fire Road Reconditioning Project. This initiative involves repairing damage on forest roads caused by the Antelope Fire and associated suppression activities. Key tasks include asphalt road repair, vegetation removal, and restoring drainage features to enhance road safety and usability for public access. Located within the Shasta McCloud Management Unit, particularly on Forest Road 43N15 Harris Spring, the project has an estimated cost between $500,000 and $1,000,000. Proposals will only be accepted from small businesses registered with the System for Award Management (SAM), with formal solicitation documentation to be posted around April 2, 2025. Interested firms should register at SAM.gov to access the upcoming solicitation details. The point of contact for this project is Contracting Officer Gregory Cunningham.
Apr 2, 2025, 7:04 PM UTC
The document outlines an RFP for the Antelope Fire Road Reconditioning project, detailing the construction items required for completion and their associated costs. It specifies a base construction schedule and two optional work schedules, delineating various tasks such as clearing, roadway reconditioning, and asphalt patching. Each item includes quantities, units, and placeholders for pricing. Notably, mobilization is a critical line item appearing in all schedules, indicating the necessity of contractor relocation and setup. Key notes emphasize that quantities listed are estimates, and contractors must confirm measurements in the field to comply with project specifications. Contractors are also required to submit bids for all listed items as only one award is granted from this solicitation. This document serves as a formal invitation for contractors to bid on a federal construction project, adhering to set regulations regarding payment and contract pricing. The completion of this project intends to enhance road conditions and improve public safety, reflecting the government’s investment in infrastructure maintenance.
Apr 2, 2025, 7:04 PM UTC
The document outlines several maintenance and improvement projects for various geographical locations, emphasizing roadway and ditch reconditioning activities. Key activities include roadway reconditioning, aggregate surfacing, roadside vegetation removal, and pavement patching. Each project aims to ensure safe and efficient transportation networks while maintaining environmental integrity. It lists numerous specific geographic references, likely indicating areas where these improvements are set to occur or are being planned. The comprehensive nature of the document suggests a structured approach to facility maintenance under federal, state, or local grant guidelines for public infrastructure. The emphasis on revitalizing roadways and drainage systems aligns with broader government objectives to enhance public safety, support economic growth, and preserve the environment. These efforts reflect ongoing commitments to community infrastructure investment while complying with relevant regulatory standards, ensuring that necessary modifications safely accommodate public use.
Apr 2, 2025, 7:04 PM UTC
The document outlines the specifications for the reconditioning of roadways following the Antelope Fire, adhering to the Forest Service Supplemental Specifications (FSSS) established by the USDA. It encompasses a detailed framework for terms and definitions, contract execution, scope of work, quality control, acceptance, and legal relations. Notably, specific sections, including bid procedures and measurement protocols, have been deleted or revised to simplify contract management and clarify contractor responsibilities. Key definitions such as "Contractor," "Culvert," and "Acceptance of Work" are updated for better compliance with federal regulations. Roadway reconditioning will include activities such as clearing, compacting untreated aggregate courses, and proper maintenance of cattleguards. The document emphasizes the importance of adhering to construction standards and the necessity of obtaining appropriate approvals before proceeding with construction phases. Overall, the specifications serve to enhance road safety and environmental integrity while ensuring contractual and regulatory compliance during roadway restoration efforts post-fire.
Apr 2, 2025, 7:04 PM UTC
The Fire Plan for Construction and Service Contracts outlines responsibilities and regulations aimed at fire prevention and suppression in designated contract areas. The Contractor must adhere to all fire safety protocols, including preventing and extinguishing unauthorized fires, ensuring compliance with fire equipment inspection, and designating a qualified fire supervisor. The Forest Service will conduct inspections but the ultimate responsibility for fire safety lies with the Contractor. Essential requirements during the fire precautionary period, which runs from April 1 to December 1 in California, include equipping machinery with fire extinguishers, maintaining fire tools, and having an accessible water source for fire suppression. The plan establishes Project Activity Levels (PAL), which dictate operational restrictions based on fire risk, requiring varied levels of fire patrol, fire equipment presence, and operational limitations, particularly concerning mechanical operations. The document emphasizes the importance of consistent communication with the Forest Service and mandates strict smoking regulations. Fire patrol duties, equipment maintenance, emergency communication systems, and compliance with state laws are also highlighted as critical components for ensuring fire safety throughout project operations. This Fire Plan is crucial for contractors working in high-risk areas, ensuring they take preventative measures to protect the environment and public safety during operations.
Apr 2, 2025, 7:04 PM UTC
The document outlines General Decision Number CA20250007, which pertains to prevailing wage rates for various construction types in specified California counties. It supersedes a previous decision and relates to building, heavy construction, dredging, and highway projects, emphasizing compliance with the Davis-Bacon Act and associated executive orders regarding minimum wage rates for federal contracts. Specific wage rates are provided for different types of workers across designated areas, highlighting distinctions between labor categories, such as electricians, laborers, and operators, as well as variations based on geographic regions within California. Crucially, rates are presented alongside fringe benefits, and responsibilities for contractors concerning worker protections and wage adjustments are noted. The document serves as a guide for contractors responding to federal and state contracting opportunities, ensuring they meet legal wage requirements during project execution, which is essential for transparency and fair labor practices in publicly funded projects. This framework is central to government RFPs and grants.
Apr 2, 2025, 7:04 PM UTC
The document is a Request for Information (RFI) pertaining to the Antelope Fire Road Reconditioning project, identified by the code 127EAW25R0010. It outlines the process for submitting inquiries related to the solicitation, including instructions to send questions exclusively via email to the designated Contracting Officer, Gregory Cunningham. The RFI form includes sections for the company name, person submitting the question, date of inquiry, and a phone number. Proposals must document questions and responses in a numbered format, allowing for clarity and organization. The purpose of this RFI is to solicit feedback and questions from interested parties regarding specific aspects of the project, including the statement of work and evaluation factors. This transparency is essential to ensure that all potential bidders have access to the same information and can prepare their proposals effectively. Responses to submitted inquiries will be addressed in amendments to the solicitation, which will be posted on beta.SAM.gov. The communication protocol emphasizes written inquiries over verbal requests, maintaining systematic handling of information during the bidding process. Overall, the document plays a crucial role in fostering clear communication between the government and potential contractors, supporting a fair and efficient procurement process.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
Buyer not available
The U.S. Department of Agriculture, through 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 recreational 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 outdoor recreational access, with an estimated project cost between $500,000 and $1,000,000. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further details, with the solicitation expected to be posted on SAM.gov around February 14, 2025.
127EAW25R0009 - West Camino Cielo Road Repairs
Buyer not available
The Department of Agriculture, specifically the U.S. Forest Service, is soliciting proposals for the West Camino Cielo Road Repairs project located in Santa Barbara, California. This project involves pothole patching and chip sealing over 6.72 miles of existing roads within the Los Padres National Forest, with a total estimated cost between $1,000,000 and $5,000,000. The initiative is crucial for enhancing road infrastructure while adhering to environmental and safety standards, and it is set aside for small businesses under the SBA guidelines. Proposals are due by April 15, 2025, at 1:00 PM PDT, and interested contractors should direct inquiries to Greg Cunningham at gregory.cunningham@usda.gov.
Sandstone Fire Culvert Replacements
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking contractors for the replacement of culverts damaged during the Sandstone Fire in Oregon. This project involves the replacement of two culverts on different roads, including tasks such as soil and erosion control, removal of existing culverts, excavation, and installation of new culverts along with splash pads. The work is critical for maintaining the integrity of the roads and ensuring safe passage in the Mt Hood National Forest, Clackamas River Ranger District. The estimated contract value ranges from $25,000 to $100,000, and interested parties should contact Eric Oldenkamp at eric.oldenkamp@usda.gov for further information, noting that this is a presolicitation notice and not a request for quotes.
Forest Service - Upper Silver Creek Trail Bridge Replacement - 127EAW25R0017
Buyer not available
The U.S. Department of Agriculture, through the Forest Service, is soliciting bids 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 designing, fabricating, and installing a new prefabricated steel truss superstructure, along with necessary repairs to existing concrete abutments and resurfacing the asphalt trail path. The bridge replacement is crucial for maintaining safe access to recreational areas, particularly during peak visitor seasons. Interested contractors must submit sealed bids by April 28, 2025, and are encouraged to direct any inquiries in writing to Contract Specialist Tanya Torres at tanya.torres@usda.gov, with an estimated project cost between $100,000 and $250,000.
BCLH Stewardship IRSC Phase 2
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
FR 2159 Road Improvement Project Mark Twain National Forest
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the FR 2159 Road Improvement Project at the Mark Twain National Forest in Missouri. The project entails road reconditioning along a one-mile stretch of Forest Road 2159, which includes tasks such as reshaping drainage dips, mowing vegetation, and spreading crushed aggregate to enhance road safety and water drainage. This initiative is crucial for maintaining public access and environmental integrity within national forests, with an estimated budget between $25,000 and $100,000. Interested contractors must register in the System for Award Management (SAM) and submit their proposals, including a detailed work schedule, by the specified deadlines. For further inquiries, contact John Swizdor at john.swizdor@usda.gov or Dana Sturgeon at dana.sturgeon@usda.gov.
Lower Foley Seed Orchard Fence Replacement
Buyer not available
The Department of Agriculture, specifically the Forest Service at the Willamette National Forest, is seeking proposals for the replacement of the Lower Foley Seed Orchard Fence in McKenzie Bridge, Oregon. The project involves the installation of approximately 9,071 linear feet of fencing, with an estimated cost between $500,000 and $1,000,000, and may include optional repairs to a nearby fence damaged by fire. This opportunity emphasizes compliance with federal regulations, including the Buy American Act, and prioritizes sustainable construction practices. Interested contractors must submit sealed offers by April 16, 2025, and can direct inquiries to Darcy J Rapoza at darcy.rapoza@usda.gov.
BCLH Stewardship IRSC Phase 1
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 1 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead fires in Marion County, Oregon. The project encompasses mandatory and optional work activities, including the removal of fire-killed timber, hazard tree felling, small fuels treatment, and road reconstruction, with the goal of restoring access and safety in the region. This initiative is critical for effective forest management and rehabilitation following significant wildfire impacts, ensuring compliance with federal regulations and promoting ecological safety. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with an anticipated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks, and a solicitation issuance expected around January 15, 2025.
BCLH Stewardship IRSC Phase 3
Buyer not available
The U.S. Department of Agriculture, Forest Service is soliciting proposals for the BCLH Stewardship IRSC Phase 3 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead Fires in Marion County, Oregon. The project encompasses cutting and removing fire-killed timber, managing hazard trees, and performing essential road maintenance and reconstruction tasks across a total project area of 1,843 acres. This initiative is critical for restoring access to vital routes while promoting community needs and environmental stewardship through effective land management practices. Interested contractors must submit their proposals by the specified deadlines, with the contract period extending from the date of award through October 15, 2029. For further inquiries, contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519.
Region 01 Tree Planting Services
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is seeking small businesses to provide tree planting services under an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for Region 01, with an estimated total award amount of $30 million. The primary objective of this procurement is to reforest areas affected by disturbances such as fire or insect infestations, thereby supporting the Forest Service and Bureau of Land Management's mission to maintain healthy forested lands. This initiative is crucial for ensuring the survival of newly planted trees and achieving successful reforestation in designated forests, including those in Montana and Idaho. Interested contractors must respond to the Sources Sought Notice by April 10, 2025, and be registered in the System for Award Management (SAM), with the formal solicitation expected to be released around July or August 2025. For further inquiries, interested parties can contact Gilbert Chonje at gilbert.chonje@usda.gov or by phone at 931-378-8014.