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 22, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 8:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 22, 2025, 3:06 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 22, 2025, 3:06 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 22, 2025, 3:06 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 22, 2025, 3:06 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.
The Antelope Fire Roadway Reconditioning project, governed by the Forest Service Supplemental Specifications (FSSS) dated April 17, 2025, outlines extensive criteria and guidelines for reconditioning fire roads within National Forests. The document incorporates standard definitions, bidding procedures, and contractual obligations to regulate contractor responsibilities throughout the project. Key elements include the scope of work which emphasizes the reconditioning of roadway structures, managing site clearing, obstructions removal, and aggregate material specifications. Several sections of the specifications have been revised or deleted, notably including the definitions of contract-related terms, measurement and payment adjustments, and legal responsibilities. The newly outlined acceptance criteria require conformity to contract standards and include measurable guidelines for quality control and inspection processes. This document serves not only as a framework for contractors but also reinforces the government's commitment to environmental stewardship and community safety through meticulous specification and evaluation of construction practices. Additionally, adherence to safety regulations and appropriate environmental management is emphasized throughout.
Apr 22, 2025, 3:06 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 22, 2025, 3:06 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 22, 2025, 3:06 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.
Apr 22, 2025, 3:06 PM UTC
This document serves as an amendment to a solicitation issued by the USDA Forest Service aimed at contractors. It outlines requirements for acknowledging receipt of the amendment by the specified deadline to avoid rejection of offers. Contractors may update their previously submitted offers through a letter or electronic communication referencing the relevant solicitation and amendment numbers. The primary objective of this amendment is to post responses to Request for Information (RFI) round 1 and revised specifications. Vendors must utilize the attached documents, specifically "RFI Official Responses - 1" and "Forest Service Supplemental Specifications - VERSION 2," in their proposals; non-compliance will result in non-responsiveness. The document indicates the procurement is part of the USDA Forest Service’s construction endeavors, with details regarding the contracting office provided for interested vendors. This amendment emphasizes the importance of adhering to updated specifications in government contracting processes.
Apr 22, 2025, 3:06 PM UTC
The document is a Request for Information (RFI) related to the Antelope Fire Road Reconditioning project, referenced by solicitation number 127EAW25R0010. The U.S. Forest Service (USFS) has provided responses to various RFIs concerning project-specific inquiries. Key topics include road conditions due to snow, gate accessibility, specifications for construction methods (specifically related to slash scattering and grading), and details on installation standards for cattle guards. The responses indicate that gate openings are typically seasonal, relevant specifications are referenced to updated federal standards, and disposal sites for project-related spoils will be determined post-award. Notably, there are no available government sources for untreated aggregate. The overall aim is to inform prospective contractors about project specifications and facilitate the bidding process while adhering to federal requirements.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
BAER Emergency Road Stabilization
Buyer not available
The Department of Agriculture, specifically the Forest Service, is preparing to solicit proposals for the BAER Emergency Road Stabilization project in the Angeles National Forest, aimed at restoring roads and drainage systems affected by fires in 2024 and 2025. The project will involve road blading, drainage restoration, upsizing overside drains, and re-establishing rolling dips over 23.1 miles of varied terrain, with a contract duration expected to be 120 days starting in June 2025. This initiative is crucial for restoring infrastructure and is set aside exclusively for small businesses, adhering to a firm-fixed-price model and Service Contract Act Wage Rates. Interested contractors should monitor the SAM.gov website for solicitation materials and can direct inquiries to Contract Specialist Tanya Torres at tanya.torres@usda.gov.
127EAW25R0020 - GAOA, Sierra Vista Scenic Byway Rehab
Buyer not available
The United States Department of Agriculture (USDA), through the United States Forest Service (USFS), is issuing a pre-solicitation notice for a Request for Proposal (RFP) under solicitation number 127EAW25R0020 for the GAOA, Sierra Vista Scenic Byway Rehabilitation project. This project requires comprehensive repairs on 47.35 miles of Minarets Road, 17.55 miles of Beasore Road, and 5.49 miles of Beasore Loop Road, including tasks such as culvert cleaning, drainage improvements, road paving with base rock, and vegetation management. The estimated cost for this project ranges from $5 million to $10 million, and it is designated for small businesses certified in the System for Award Management (SAM). The solicitation is expected to be posted on or around May 8, 2025, and interested contractors are encouraged to register on SAM.gov to access the formal solicitation and project details. For inquiries, contact Gregory Cunningham, the Contracting Officer, at Gregory.Cunningham@USDA.gov.
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.
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.
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.
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.
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 in areas affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Detroit Ranger District and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access routes. This initiative is critical for enhancing public safety and forest management, with an estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work between $500,000 and $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 July 2, 2025, and contract awards planned for September 3, 2025.
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 Beachie Creek and Lionshead fires of 2020, located in Marion County, Oregon. The project involves 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 enhancing forest management practices and mitigating wildfire risks, with an estimated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519, and are encouraged to attend a pre-solicitation site visit on November 4, 2024, with the final solicitation expected to be issued around May 2, 2025.
127EAW25R0016 - GAOA, Pope Baldwin Trail Reconstruction
Buyer not available
The United States Department of Agriculture (USDA), through the United States Forest Service (USFS), is seeking proposals for the Pope Baldwin Trail Reconstruction project, which involves constructing a 5,000-foot bike path within the Pope Beach recreation area in South Lake Tahoe, California. The project includes optional features such as a split rail cedar fence, painting, and sign installation, and requires contractors to be small businesses registered in the System for Award Management (SAM). This initiative aims to enhance recreational infrastructure while ensuring compliance with federal contracting requirements, with an estimated project cost between $500,000 and $1,000,000. Proposals will be accepted when the solicitation is posted on SAM.gov around April 25, 2025, and interested contractors can contact Contracting Officer Gregory Cunningham at gregory.cunningham@usda.gov for further information.
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 involves cutting and removing fire-killed timber, managing hazard trees, and performing essential road maintenance and reconstruction tasks to restore access to critical routes while promoting environmental stewardship. This initiative is crucial for enhancing forest health and ensuring safe access to recreational areas, with a contract period extending from March 12, 2025, to October 15, 2029. Interested contractors must submit their proposals, including a bid guarantee, by the specified deadlines, and can contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further information.