Naha Trail Phase 2 Restoration
ID: 1240BJ24R0016Type: Presolicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICETONGASS NATIONAL FORESTPETERSBURG, AK, 99833, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

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 Forest Service, is seeking proposals for the Naha Trail Phase 2 Reconstruction project located in the Tongass National Forest near Ketchikan, Alaska. This project aims to enhance recreational access by reconstructing trail infrastructure, including the installation of boardwalks, bridges, and aggregate surfacing, while adhering to strict environmental guidelines and safety measures. The anticipated budget for this federal contract ranges from $500,000 to $1,000,000, with a total small business set-aside designation. Interested contractors must submit their proposals by the specified deadlines, including a 20% bid bond, and can direct inquiries to Mai Moua at mai.moua@usda.gov. The cut-off for pre-bid questions is September 3, 2024, by 5:00 PM AKDT.

    Point(s) of Contact
    Files
    Title
    Posted
    The document describes an RFP (Request for Proposals) for the Naha Trail Phase 2 Reconstruction project located in the Tongass National Forest near Ketchikan, Alaska. It outlines project specifications, including a timeline for performance, requirements for bidding, and a detailed breakdown of necessary work items such as demolition, removal, and installation of various trail structures. Key project tasks include mobilization, aggregate surfacing, stone pitching, and the construction of various types of boardwalks and bridges. The anticipated project budget ranges from $500,000 to $1,000,000. The solicitation emphasizes adherence to environmental guidelines due to the sensitive ecological setting and requires compliance with federal regulations, including the use of biobased products. Additionally, the RFP places importance on safety measures, cultural resource protection, and proper waste disposal. Bid submissions must include a 20% bid bond, and upon award, the contractor is required to furnish performance and payment bonds. Following the specifics laid out is crucial for successful bidding and project execution, highlighting the government's commitment to sustainable and compliant project management while engaging contractors effectively.
    The document outlines federal wage determinations for highway construction projects in Alaska, effective January 5, 2024. It specifies minimum wage requirements under the Davis-Bacon Act, referencing Executive Orders 14026 and 13658, which mandate different pay rates based on contract dates. For contracts initiated after January 30, 2022, the minimum hourly wage is set at $17.20, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90. The document details prevailing wage rates for various construction classifications, including carpenters, electricians, and laborers, with specified rates for different regions of Alaska. Additional regulations include provisions for paid sick leave for federal contractors under Executive Order 13706. The wage determination process is also described, including appeals mechanisms for disputes regarding wage classifications and rates. Overall, this document serves as a comprehensive guide for contractors bidding on state and federal highway construction projects in Alaska, ensuring compliance with labor standards and worker protections.
    The Naha Trail Reconstruction Phase 2 document outlines the detailed plan for trail improvement, focusing on surface enhancements, the installation of boardwalks, and sediment control. Specific work items include various types of aggregate surfacing, boardwalk construction and removal, cutting rock steps, and constructing stone features. Key details include work area designations, approximate distances, quantity estimates, existing grades, and instructions on handling materials like roots and logs. Stake placement on the ground indicates work area limits, aiming to ensure the project's integrity until completion and government acceptance. The plan also emphasizes contractor responsibilities for verifying quantities while adhering to correct specifications and environmental considerations. This reconstruction project aims to enhance trail accessibility and sustainability, aligning with government initiatives for better outdoor recreational areas.
    The Naha Trail Phase 2 Reconstruction project in Ketchikan, Alaska, involves comprehensive specifications for rebuilding trail infrastructure within the Tongass National Forest. The document outlines project terms, construction methods, material management, and procedural requirements for contractors. Essential tasks include excavation and embankment to establish the trail bed, clearing vegetation, and constructing boardwalks using high-quality, locally sourced materials like Alaska Yellow Cedar. The project forbids the use of land-based motorized equipment to protect the fragile environment, promoting helicopter and water-based transportation instead. Key procedures involve strict quality assurance, such as obtaining government approvals for materials and construction methods, conducting safety assessments for wildlife and potential archaeological sites, and maintaining trail access for public safety during construction activities. The contractor must adhere to comprehensive environmental and sanitation regulations, ensuring all waste is disposed of appropriately and that camping impacts are minimized. The outlined project directive emphasizes the preservation of natural aesthetics and ecological integrity while efficiently rebuilding the Naha Trail, enhancing access for future users of the National Forest.
    The document outlines the reconstruction project for the Naha River National Recreation Trail within the Tongass National Forest, emphasizing the second phase of the trail's development. Access is primarily by boat or floatplane to Naha Bay, situated 23 miles from Ketchikan, Alaska. The reconstruction involves detailed designs for bridges, boardwalks, aggregate surfacing, and various construction specifications following USDA Forest Service directives and AASHTO guidelines. Key components include glulam stringer bridges, drainage features, and specific materials for timber and decks, ensuring durability and environmental compliance. The project highlights practices for treating wood, maintaining structural integrity, and addressing safety concerns related to tidal conditions in Roosevelt Lagoon. Overall, it demonstrates the Forest Service's commitment to enhancing recreational access while preserving the natural landscape and ensuring public safety.
    The document outlines the requirements and conditions for a Bid Bond, specifically Standard Form 24, used when a bid guaranty is needed for federal contracts related to construction, supplies, or services. It specifies that the Principal, whose full legal name and address must be provided, and the Sureties, who may be corporations or individual sureties, are bound to the United States Government for the penal sum designated on the form. The conditions for the bond to be void include timely execution of contractual documents and bonds once the bid is accepted, or the Principal must cover extra procurement costs if contractual obligations are not met. Additionally, the document details necessary provisions regarding liability limits, obligations of corporate and individual sureties, and requirements for execution, including corporate seals. The purpose of this Bid Bond is to ensure financial responsibility and protect the government's interests during the bidding process for federal contracts, thereby maintaining integrity and accountability in public procurement.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    Veterans Point Trail Rehabilitation
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the Veterans Point Trail Rehabilitation project located in the Black Hills National Forest, South Dakota. This project aims to restore a trail along Highway 385 near Pactola Lake Dam, ensuring safety and structural integrity while adhering to federal and state regulations. The contract, with a budget range between $250,000 and $500,000, requires contractors to submit sealed offers that meet specified technical, performance, and insurance requirements, with a proposal submission deadline set for October 7, 2024, by 5:00 P.M. EST. Interested contractors can contact Brenda Simmons at brenda.simmons@usda.gov for further information.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Tie-Johnson Fence
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Tie-Johnson Fence project located in the Wisdom Ranger District of the Beaverhead-Deerlodge National Forest in Montana. The contract requires the removal of existing fencing and the construction of a new 4-wire fence, including the clearing of brush and debris along the fence line, with a performance period set from June 1, 2025, to September 30, 2025. This project is crucial for managing and rehabilitating natural resources, ensuring wildlife-friendly fencing, and maintaining the integrity of the forest ecosystem. The estimated contract value ranges between $100,000 and $250,000, and interested contractors must submit their proposals within 10 calendar days following the award notification. For further inquiries, contact Alisha Knaub at alisha.knaub@usda.gov or call 406-438-2981.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Meadow Creek Fence and Eagle Rock Ranck Habitat Improvement Fence
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) Forest Service is soliciting proposals for the construction and improvement of wildlife-friendly fencing in the Beaverhead-Deerlodge National Forest, specifically at the Wisdom Ranger District in Montana. The project entails the removal of existing fencing and the installation of new 4-wire fences, including associated braces and gates, while also requiring the clearing of brush and debris to facilitate construction. This initiative is crucial for enhancing habitat conditions and ensuring compliance with federal regulations, particularly concerning environmental considerations and noxious weed control. The contract is estimated to be valued between $100,000 and $250,000, with a performance period expected to commence in June 2025 and conclude by September 2025. Interested contractors can direct inquiries to Alisha Knaub at alisha.knaub@usda.gov or by phone at 406-438-2981.
    White Mountain National Forest, Rob Brook Road Bridge Replacement, FR 35, MP. 0.1
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting bids for the replacement of the Rob Brook Road Bridge located in the White Mountain National Forest, Albany, New Hampshire. The project involves demolishing an existing 28-foot timber bridge and constructing a new 44-foot steel girder bridge, with a completion deadline set for October 31, 2025. This infrastructure improvement is crucial for maintaining safe transportation routes within national forests and reflects the government's commitment to environmental stewardship. Interested contractors must register in the System for Award Management (SAM) and submit their bids by September 10, 2024, with the anticipated contract value ranging between $500,000 and $1,000,000. For further inquiries, potential offerors can contact Brad Higley at bradley.higley@usda.gov.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Highway Administration seeks contractors for the Crown Point Trail project in Idaho, involving extensive trail construction and repairs. This small business set-aside project, valued between $700,000 and $2 million, requires expertise in highway construction and will be awarded through a sealed bid process. The upcoming procurement, anticipated in early 2025, aims to enhance a 2.7-mile trail stretch with resurfacing, slope repairs, and new construction, accessible for physical inspection now before snow sets in.
    Concrete Walkway
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the construction of a new concrete walkway, approximately 300 linear feet, at the ASTI MEB building in Anchorage, Alaska. The project requires adherence to the provided Statement of Work (SOW) and compliance with federal regulations, including safety and environmental standards, with a budget estimated between $25,000 and $50,000, exclusively set aside for small businesses. This initiative is part of the FAA's commitment to enhancing infrastructure for air traffic safety and functionality. Proposals are due via email by October 7, 2024, with a site visit scheduled for September 17, 2024, and all inquiries should be directed to Haylee Hildebrand at haylee.p.hildebrand@faa.gov.
    Timber Cruise - Wildcat DxP
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for timber cruising services at the Okanogan-Wenatchee National Forest, under the project titled "Timber Cruise - Wildcat DxP." The procurement aims to conduct a comprehensive timber cruise covering approximately 500 acres to assess tree species and gather data in accordance with USDA standards, with a focus on maintaining ecological balance and sustainable forestry practices. This opportunity is critical for effective forest management and resource stewardship, ensuring compliance with federal regulations and labor standards, including wage determinations that mandate a minimum wage of $17.20 per hour for workers involved in the project. Interested contractors must submit their proposals, including a technical and price proposal, by the specified deadlines, and can contact Darnell Williams at Darnell.Williams@usda.gov or 458-212-6091 for further information.
    Teton Canyon Bridge Replacement Construction at Caribou-Targhee National Forest, Idaho
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals for the replacement of the Teton Canyon Bridge at Caribou-Targhee National Forest in Idaho, with a focus on enhancing recreational access and safety. The project involves the removal of the existing bridge and the construction of a new prefabricated steel bridge, along with necessary site preparation and environmental considerations, to ensure compliance with federal and state regulations. This initiative is part of a broader effort to maintain and improve infrastructure within national forests, supporting both public access and ecological integrity. Proposals are due by 5:00 p.m. Central Time on September 24, 2024, and interested contractors should contact Mary Harding at mary.harding@usda.gov for further details.
    Beaverhead Deerlodge National Forest fencing and spring developments
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking contractors for the Beaverhead Deerlodge National Forest fencing and spring developments project, which involves fenceline clearing, construction of fencing, and spring site development using government-furnished materials. The project is located approximately 50 miles southwest of Butte, Montana, and aims to enhance natural resource conservation and habitat improvement within the forest. The estimated contract value ranges from $25,000 to $100,000, with work expected to commence on June 1, 2025, and conclude by October 15, 2025. Interested contractors must submit their quotes along with a completed experience questionnaire by the bidding deadline of September 23, 2024. For further inquiries, contact John Curry at john.curry@usda.gov or call 605-673-9216.