127EAW25R0010 - Antelope Fire Road Reconditioning
ID: 127EAW25R0010Type: Presolicitation
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 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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    FSR 535/536 Recondition & Resurfacing - Coconino NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors 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 conditions and infrastructure, which is vital for maintaining access and safety within the national forest. The estimated contract value ranges from $250,000 to $500,000, with proposals due by January 9, 2026, at 15:30 local time. Interested parties can contact Blaine Greenwalt at blaine.greenwalt@usda.gov for further information.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    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.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking bids for the "Bighorn National Forest - GAOA Roadside Tree Clearing/Grubbing" project, which involves clearing, grubbing, tree removal, stump removal, and material disposal along designated forest service roads in Wyoming. The contract aims to enhance forest management and safety by removing roadside trees and debris, ensuring compliance with environmental regulations and public safety standards. This Total Small Business Set-Aside opportunity has a performance period from June 1, 2026, to October 31, 2027, with proposals due by January 6, 2026, at 12:00 PM Mountain Time. Interested contractors can contact Curtis Landreth at curtis.r.landreth@usda.gov or 308-251-6801 for further details.
    Wallowa Whitman National Forest, La Grande Ranger District 2026 Fuels Reduction Fall Viewing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking small business contractors for the Wallowa Whitman National Forest's 2026 Fuels Reduction Fall Viewing project in La Grande, Oregon. This opportunity involves a site visit for interested vendors to assess the project areas prior to the issuance of a full solicitation, aimed at enhancing forest health and resilience to improve wildfire suppression efforts across multiple project areas, including Sheep, Sandbox, Cove, Mt. Emily, and others. The project encompasses various thinning and piling treatments across 1,875 acres of lop and scatter thinning, 2,125 acres of thin and hand piling, and additional methods to create defensible space for local communities and reduce wildfire risks. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov or Terry George at terry.george@usda.gov for further information.
    New Mexico Forest Engineering and Road Maintenance (FERM)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the New Mexico Forest Engineering and Road Maintenance (FERM) project, aimed at road maintenance and construction within the New Mexico National Forest areas, including the Carson, Cibola, Gila, Lincoln, Santa Fe, and Kiowa Forests. The procurement seeks to establish Blanket Purchase Agreements (BPAs) for various services, including construction, emergency work, and complex maintenance tasks, with a strong emphasis on sustainable practices and compliance with federal regulations. This initiative is crucial for maintaining infrastructure and supporting environmental stewardship in national forests, ultimately benefiting local communities and ecosystems. Interested vendors, particularly small businesses, are encouraged to submit their proposals, with inquiries directed to Chad A.T. Bullock at chad.bullock@usda.gov or Joey Korst at joseph.korst@usda.gov, as the solicitation remains open for continuous submissions.
    WA ERFO FS MTBKR605 2022-1(3), Mt. Baker – Forest Road 11 MP 23.9 Repair
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the emergency repair of Forest Road 11 at Mile Post 23.9 in the Mt. Baker-Snoqualmie National Forest, located in Whatcom County, Washington. The project involves critical roadway repairs, including subexcavation, aggregate surfacing, and the installation of root-wad/riprap embankments, aimed at addressing a significant roadway failure. This infrastructure repair is essential for maintaining safe access and environmental protection within federal lands. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date set for Winter/Spring 2025 and a completion deadline by Fall 2026. Interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    Deschutes NF - West Bend Rock Road Closure
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for the West Bend Rock Road Closure project on the Deschutes National Forest, located in Bend, Oregon. The primary objective of this procurement is to decommission and close roads to improve wildlife habitat by reducing open road densities, which will enhance habitat quality and connectivity. This project involves road obliteration and entry management treatments, including subsoiling and constructing barriers to prevent vehicle access, and is set aside for total small business participation. Interested contractors must submit their price quotes and necessary certifications by January 7, 2026, at 4:30 PM PT to Andrea Pollock at andrea.pollock@usda.gov, with the contract expected to be awarded based solely on price, and work completion anticipated by December 1, 2026.
    REGION ONE A&E IDIQ
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract in Region One, which encompasses Montana, northern Idaho, far eastern Washington, and the North/South Dakota National Grasslands. The contract will focus on providing engineering services, including structural, civil, water, and wastewater design and inspection for transportation systems and infrastructure at USFS recreation and administrative sites, with projects involving bridges, culverts, retaining walls, and water management systems. This initiative is crucial for maintaining and enhancing the infrastructure that supports public access and environmental stewardship in these regions. Interested small businesses are encouraged to submit a Capability Statement to Crystal Amos at crystal.amos@usda.gov within 15 days, with an estimated contract value exceeding $10 million and a performance period from March 2026 to February 2031.
    FY 26 Complete Common Stand Exams SSRP Lincoln National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking proposals for a firm-fixed-price contract to conduct Common Stand Exams (CSEs) as part of the South Sacramento Restoration Project (SSRP) in the Lincoln National Forest, New Mexico. This contract, set aside 100% for small businesses, aims to collect critical data from 541 points across ten bid items, which will support the monitoring of the Mexican Spotted Owl Management Experiment and facilitate timber sales and hazardous fuels reduction treatments. The project is significant for enhancing forest health and timber production, aligning with federal initiatives to expand American timber production. Proposals are due by January 5, 2026, with an estimated contract value of $11.5 million and a performance period from February 5, 2026, to February 4, 2028. Interested contractors should direct inquiries to Shavera Leveille at shavera.leveille@usda.gov or call (912) 463-3328.
    Wallowa Whitman National Forest Snow Park Snow Plowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors to provide snow plowing services for the Wallowa-Whitman National Forest Sno-Parks located in Baker City, Oregon. The contract, identified as RFQ 1240BE26Q0014, is structured as an Indefinite Delivery/Indefinite Quantity with Firm Fixed Price CLIN, covering a base year from November 20, 2025, to September 30, 2026, along with five optional renewal years. These Sno-Parks serve as critical access points for winter recreation and special use operations, necessitating timely snow removal to ensure safety and accessibility for the public. Proposals must be submitted via email by 4:30 PM PST on December 22, 2025, and should include a technical quote, price quote, and necessary certifications, as the government intends to award the contract based on these submissions without further discussions. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov for additional information.