San Juan Williams Creek Road and Spur Reconstruction
ID: 1240LT25R0024Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

Set Aside

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

    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the reconstruction of 2.2 miles of road within the Williams Creek Campground in Pagosa Springs, Colorado. The project aims to reshape the roadbed, restore drainage ditches, fill potholes, and apply a new aggregate surface, adhering to federal specifications and safety regulations. This initiative is crucial for maintaining accessibility and safety in the San Juan National Forest, enhancing the recreational experience for visitors. Interested contractors should note that the proposal submission deadline has been extended to July 31, 2025, with an estimated construction cost between $100,000 and $250,000, and the contract period running from August 4, 2025, to April 24, 2026. For further inquiries, contact Lucas Dahlman at lucas.dahlman@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document details an amendment to a solicitation issued by the USDA Forest Service for contract modifications. The primary purpose of the amendment is to extend the proposal submission deadline to July 31, 2025, at 11:00 Central Time, allowing proposals to be submitted via email. Additionally, it clarifies the requirement for a Bid Bond and confirms that all other terms and conditions of the solicitation remain unchanged. The period of performance for the contract will commence on August 4, 2025, and extend to April 24, 2026. The amendment emphasizes the importance of acknowledging receipt of the amendment to avoid rejection of offers and outlines the methods for acknowledgment. This document is part of the formal process for potential contractors participating in federal procurement, reflecting the structured nature of government RFPs and grants.
    The document is a solicitation for the reconstruction of 2.2 miles of road within the Williams Creek Campground, issued by the USDA Forest Service. It outlines the project's requirements, including performance timelines with a starting date on or after October 6, 2025, and completion no later than April 24, 2026. The project is categorized under NAICS Code 237310, with an estimated construction cost between $100,000 and $250,000, requiring both performance and payment bonds at 100% of the contract price. The solicitation includes detailed specifications, such as the necessity for comprehensive site visits prior to bidding and mandates compliance with various federal regulations and safety protocols. Additional attachments provide insights into the statement of work, project specifications, and wage determinations applicable to the contract. This document serves the dual role of guiding potential contractors in preparing their bids while ensuring that governmental contract practices align with regulatory standards and safety requirements, embodying transparency and adherence to federal procurement processes.
    The USDA has issued a Statement of Work for the reconstruction of 2.2 miles of roads within the Williams Creek Campground, a popular site in the San Juan National Forest that requires upgrades due to aging infrastructure. The project entails reshaping the roadbed, restoring drainage ditches, filling potholes, and applying a new aggregate surface, all while adhering to specific technical requirements outlined in federal specifications. Key tasks include mobilization of personnel and equipment, compaction of untreated aggregates, and temporary traffic control during the construction process. The campground will be closed to the public throughout the project's duration. The timeline indicates a pre-bid site visit prior to work commencement on October 6, 2025, with an expected completion date of April 24, 2026. Weekly status reports are required to ensure progress tracking and accountability. This project aligns with the government’s initiative to maintain and enhance public resources within national forests, ensuring their continued viability for public use.
    The document outlines a Request for Proposals (RFP) related to various construction services, specifically focusing on mobilization and roadway maintenance. It includes item numbers and descriptions for three key services: mobilization, aggregate surface course using grading method B, and roadway reconditioning also under compaction method B. The RFP specifies the payment structure, mentioning a lump sum for mobilization, a quantity in tons for the aggregate service, and mileage for the roadway reconditioning, though specific prices and total costs are not disclosed in this excerpt. This structured request aims to solicit proposals from vendors capable of providing these specified services, emphasizing compliance with standard industry practices for roadway construction and maintenance. The format aligns with federal and state procurement processes, ensuring transparency and competitiveness among bidders.
    The Williams Creek Campground Road and Spur Resurfacing project, part of the San Juan National Forest in Colorado, aims to enhance the roadway infrastructure within the campground. The project encompasses the reconstruction of 2.2 miles of various campground roads, including multiple loops and spurs. The purpose is to reshape the roadbed, re-establish ditches, and improve the roadway surface, which will utilize a compacted 4-inch layer of CDOT Class 6 roadbase material. Additional tasks involve cleaning drainage ditches, addressing washboard textures, and filling potholes. Significantly, the campground will be closed to the public throughout the project duration to ensure safety and efficiency. The document outlines detailed instructions for construction methods and expected road conditions while emphasizing the importance of standardizing the width and crown of the roadway to enhance drainage and usability. The project is critical for maintaining accessibility and safety in this recreational area, aligning with government objectives to improve public forest facilities.
    The document outlines the Standard Specification List FP-14 for the resurfacing of San Juan Williams Creek Road and Spur. Its structure is divided into multiple divisions, each addressing specific aspects of the project. Division 100 focuses on general requirements, including definitions, contract execution, scope of work, and public relations. Division 150 details project-related requirements, encompassing contractor responsibilities and traffic management. Division 200 addresses earthwork, while Division 300 encompasses aggregate and base course specifications. Finally, Division 600 and Division 700 cover incidental construction and material specifications, respectively, including specific types of aggregate for road construction. The primary purpose of this document is to provide comprehensive guidelines and standards for a government-funded road resurfacing project, ensuring compliance with legal, safety, and quality control measures. It serves as a critical reference for contractors participating in the bidding process outlined in government RFPs, ensuring a clear understanding of project requirements and expectations for successful execution.
    The FSSS for San Juan Williams Creek Road and Spur Resurfacing outlines the federal guidelines and specifications for road construction within the National Forest System, as adopted by the US Forest Service. The document includes sections detailing terms, bidding processes, and the scope of work, focusing on quality control, material management, and environmental protection. Key topics encompass contractor responsibilities, road maintenance, and compliance with safety regulations. Notable points include the requirement for using roads under Forest Service jurisdiction without damaging resources, measures for controlling hazardous spills, and strict inspection mandates to ensure conformity with contract specifications. The document emphasizes adapting methodologies, such as for weed and disease prevention and aggregate courses, ensuring all construction practices adhere to specified standards. Overall, this file serves as a regulatory framework for contractors undertaking road resurfacing projects, emphasizing accountability, sustainable practices, and thorough oversight throughout the construction process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FSR 535/536 Recondition & Resurfacing - Coconino NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals 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 safety and accessibility, which is crucial for forest management and public use. The estimated contract value ranges from $250,000 to $500,000, with proposals due by January 9, 2026, at 15:30 local time. Interested bidders can reach out to Blaine Greenwalt at blaine.greenwalt@usda.gov for further inquiries.
    Custer Gallatin NF Fairy Lake Phase 2 Road & Recreation Improvements
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is preparing to solicit bids for the Fairy Lake Phase 2 Road and Recreation Improvements project located in the Custer Gallatin National Forest, Montana. This project aims to enhance Fairy Lake Road 74 and related recreational infrastructure through various tasks, including excavation, drainage improvements, road reconditioning, trail surfacing, and the installation of new facilities such as turnouts and a vault toilet. The improvements are crucial for maintaining access and enhancing recreational opportunities in the area, particularly as the project follows the completion of Phase 1, which is expected to conclude by October 15, 2026. Interested vendors are encouraged to visit the project site in fall 2025, although no formal site visit is scheduled at this time. For further inquiries, potential bidders can contact Lisa Rakich at lisa.rakich@usda.gov or Jeff Black at jeffrey.black2@usda.gov.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the reconstruction of Moose Wilson Road Phase 2 and Teton Park Road – Moose to Taggart Lake Trailhead in Teton County, Wyoming. The project involves extensive work including utilities, grading, asphalt and minor concrete pavement, roadway obliteration, and site improvements over a distance of 2.95 miles. This initiative is crucial for enhancing transportation infrastructure within Grand Teton National Park, ensuring improved access and safety for visitors. The estimated contract value ranges from $20 million to $30 million, with a tentative completion date set for Winter 2027. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be released in Fall/Winter 2025.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    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.
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CO OMAD 300(70) Minuteman Missile Access Road project, which involves re-graveling up to 156.582 miles of existing gravel roads utilized by the United States Air Force. The project aims to enhance road maintenance for the Air Force Intercontinental Ballistic Missile Program, specifically in southwestern Wyoming, southeastern Nebraska, and northeastern Colorado. This initiative is part of the Defense Access Road program, emphasizing the importance of maintaining access routes for national defense operations. Interested small businesses must submit their bids by December 9, 2025, at 2:00 p.m. local time, and can direct inquiries to Douglas Whitcomb or Leslie Karsten at CFLAcquisitions@dot.gov. The estimated project cost is approximately $5,980,000, with a firm fixed-price variable-scope contracting method in place.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.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.