O'Neil Creek Bridge Repairs
ID: 127EAW24R0074Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA SOUTHWEST 6Albuquerque, NM, 871023498, 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 Forest Service, is seeking qualified contractors for the O'Neil Creek Bridge Repairs project located in Klamath National Forest, California. The project involves the removal and replacement of damaged concrete deck slabs and steel railings, with a total small business set-aside contract valued between $250,000 and $500,000. This initiative is crucial for restoring infrastructure following damage from the 2022 McKinney Fire, ensuring compliance with safety and environmental standards throughout the repair process. Interested parties must submit sealed bids electronically to the designated Contract Specialist, Tanya Torres, by the deadline, with all Requests for Information due by August 30, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA's Statement of Work outlines the project for repairing the O’Neil Creek Bridge in Siskiyou County, California, following damage from the 2022 McKinney Fire. The scope includes replacing damaged concrete deck slabs and bridge components while adhering to traffic control standards. Work is scheduled to commence in spring 2025, with a performance period of 60 days post Notice to Proceed. The document details the project location within the Klamath National Forest and emphasizes compliance with federal, state, and local regulations. Strict work restrictions include designated hours, archaeological monitoring, and secure disposal of waste. Contractors must submit a comprehensive Safety Plan and various certifications while managing site clean-up and securing necessary permits. The contractor is responsible for maintaining site safety, protecting existing infrastructure, and ensuring environmental compliance through proper waste management. This document is a pertinent example of government procurement practices for infrastructure repair, ensuring adherence to safety and environmental standards while facilitating recreational access and timber management.
    The document outlines a federal government Request for Proposals (RFP) aimed at securing partnerships for various federal grants and funding opportunities at both state and local levels. The primary focus is on soliciting innovative solutions and projects that address community needs, enhance service delivery, and improve infrastructure. Key points include eligibility criteria, application procedures, and deadlines that applicants must adhere to. The RFP emphasizes the importance of measurable outcomes, accountability, and sustainability in proposed projects. It also encourages collaboration among organizations to leverage resources and expertise effectively. The structure includes a comprehensive overview of program goals, priority areas, and evaluation criteria to guide applicants in crafting competitive proposals. Ultimately, the document serves as a critical framework to stimulate local economies, foster innovation, and meet federal initiatives through targeted funding and support.
    The document appears to be a compilation of various federal and state/local RFPs and grant identifiers, possibly related to environmental or infrastructure projects, as suggested by the recurring references to locations and specific codes. The codes likely represent project categories, geographic areas, or specific funding allocations, hinting at a broader initiative to address local needs or environmental challenges. Key ideas involve multiple code entries that may indicate project proposals, environmental management activities, or community development funds. There are several references to natural features like mountains, rivers, and creeks, indicating a focus on ecological or geographical concerns associated with these projects. The structure of the document is predominantly numeric with a substantial amount of entries related to the land or resources, implying the documentation’s purpose in tracking or categorizing funding applications or proposals within the governmental framework. Overall, the content underscores a meticulous tracking of various federally funded projects aimed at community betterment and environmental sustainability.
    The document outlines the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, designated as FP-14 by the U.S. Department of Transportation. It serves as a comprehensive guide for contractors engaged in federal highway construction, detailing regulatory frameworks, definitions, and various requirements for project execution. Key sections include general requirements, bidding processes, contractor responsibilities, quality control measures, and compliance with environmental regulations. The specifications encompass both U.S. Customary and Metric units, ensuring clarity in measurements. Various divisions cover the specifics of construction materials and techniques, including earthwork, pavement types, bridge construction, and incidental activities. The intent is to establish standard practices that guarantee the safety, quality, and efficiency of federal highway construction projects while adhering to federal regulations. These specifications are critical for contractors submitting proposals for federal projects, ensuring consistent quality across diverse construction sites. Overall, FP-14 reflects the government's commitment to safe and effective infrastructure development.
    The document outlines the specifications and construction requirements for prestressed concrete under Section 553. It mandates the use of high-strength non-shrink grout and Class P concrete, with particular design criteria detailed for prestressed members. Prior to fabrication, contractors must notify the contracting officer (CO) at least ten days in advance and provide stringent quality-control documentation from certified inspection bodies. Specifics on fabrication, such as material certifications, prestressing methods, and detailed shop drawings, are elaborated. It stipulates that pretensioned members must be cast in PCI-certified plants and outlines protocols for storing, transporting, and erecting the concrete. The document also emphasizes proper temperature controls during preparation and placement of grout, along with strict guidelines for field welding. Overall, this regulatory framework ensures compliance with engineering standards, safety measures, and quality control in the construction of prestressed concrete structures, aimed at maintaining structural integrity and performance in government-funded projects.
    The document outlines a comprehensive Fire Plan for construction and service contracts, focusing on fire prevention and suppression measures within a designated contract area. Key responsibilities are assigned to contractors, including adherence to fire safety protocols, designating a qualified fire supervisor, and maintaining required fire tools and equipment, particularly during California's Fire Precautionary Period (April 1 to December 1). The Fire Plan specifies various definitions related to logging and mechanical operations and emphasizes compliance with California Public Resource Code regulations. Contractors must equip their operations with appropriate firefighting tools, including fire extinguishers and spark arresters, and must report any fires promptly. Specific operational limitations based on Project Activity Levels (PALs) are defined, restricting certain activities during heightened fire danger. The document serves as a guideline ensuring contractors prioritize fire safety and are accountable for prevention and response initiatives, reflecting the government's commitment to maintaining safety standards in contract operations. This Fire Plan is essential for understanding the requirements and responsibilities of contractors involved in forestry-related activities.
    The document outlines wage determinations under the Davis-Bacon Act for construction projects in various California counties, applicable as of July 26, 2024. It identifies minimum wage requirements for workers in building, heavy, dredging, and highway construction types. Workers are to be compensated according to Executive Orders 14026 or 13658 based on contract dates and renewal conditions. Wage rates vary by classification and area, with detailed rates for different worker categories including electricians, carpenters, laborers, and specific trades related to asbestos removal and diving operations. Notably, the document specifies scale rates for unionized labor, fringe benefits, and adjustments for special work conditions, such as working with raw sewage or in elevated positions. It underscores compliance with federal guidelines to ensure fair labor practices across contracted work. Overall, it serves as a comprehensive reference for contractors regarding labor costs and obligations for federally funded construction projects, reflecting the government's commitment to enforce fair wages and worker protection in public works.
    The document outlines a Request for Information (RFI) for bridge repairs at O'Neil Creek in Klamath National Forest, designated as RFI form 127EAW24R0074. Interested parties are instructed to submit inquiries in writing only to the designated Contract Specialist, Tanya Torres, via email. Telephone inquiries are explicitly prohibited. The RFI form allows respondents to detail their questions, distinguishing between those related to solicitation evaluation factors and technical data. The process aims to streamline communication and ensure that all questions are documented and addressed appropriately through amendments posted on beta.SAM.gov. This formalized approach emphasizes adherence to protocol in responding to RFI submissions, indicative of typical practices in federal contracting and procurement for public projects, ensuring transparency and efficient information dissemination.
    The upcoming USDA Forest Service RFP aims to repair the O'Neil Creek Bridge in California's Klamath National Forest. The primary work involves removing and replacing damaged bridge components, including precast concrete slabs, steel railings, and traffic markers. The contractor will also perform surveying, staking, and traffic control services. Expected to be a small business set-aside construction project, the solicitation will specify a firm-fixed-price contract with an estimated value between $250,000 and $500,000. Tentatively planned for an August 2024 posting, the RFP will outline the scope, requirements, and evaluation criteria. The project emphasizes the repair of the O'Neil Creek Bridge, with key tasks, specifications, and contract details to be provided in the formal solicitation.
    The document outlines the Request for Proposal (RFP) for the O'Neil Creek Bridge Repairs project at the Klamath National Forest in California. It is a total small business set-aside contract with an estimated value between $250,000 and $500,000. Interested contractors are required to submit sealed bids by the specified deadline and follow strict guidelines, including electronic submission to the designated contract specialist, Tanya Torres. The scope includes removing and replacing damaged concrete deck slabs, steel railings, and traffic control in compliance with standards. Contractors must provide detailed technical and business proposals, demonstrating relevant experience and capabilities. A key performance schedule should be included, explaining how the project will be executed within 60 calendar days after the notice to proceed. The document emphasizes the necessity of bonding and performance guarantees, particularly for proposals over $150,000. It outlines the evaluation criteria for proposals, including technical capability, past performance, and compliance with federal acquisition regulations. Adherence to regulations such as the Buy American Act is mandatory, emphasizing the requirement for domestic materials unless otherwise justified. This RFP reflects the government’s ongoing commitment to infrastructure improvement through engagement with small businesses.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    CA ERFO DEVA 2022-1(2) Salt Creek Interpretive Trail
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the reconstruction of the Salt Creek Interpretive Trail in Death Valley, California, following extensive damage from flash flooding. The project entails replacing a 2,871-foot-long raised timber boardwalk, reconstructing a parking lot, and repairing a 400-foot section of roadway, all while adhering to strict environmental constraints due to the sensitive nature of the surrounding areas. This initiative is crucial for restoring public access to the trail while ensuring compliance with federal regulations and environmental standards. Interested small businesses must submit sealed bids by 2:00 PM on October 3, 2024, with an estimated project value between $5 million and $10 million; for inquiries, contact Kelly Palmer at cflcontracts@dot.gov.
    Klamath River Basin WCS, Rx Fire Engines
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the provision of water handling equipment, specifically Type 3 and Type 6 engines and tactical water tenders, to support prescribed fire implementation in the Klamath River Basin, California. The procurement aims to enhance wildfire risk management by providing essential resources for fire suppression activities, including preparation, ignition, and mop-up operations. This initiative is critical in addressing the high wildfire risks in the region and facilitating proactive forest management practices. Interested contractors must submit their proposals, including technical and price components, by the specified deadlines, with the contract performance period extending from September 30, 2024, to September 16, 2026. For further inquiries, contact Jacob Pipkin at jacob.pipkin@usda.gov.
    Tree Trimming & Hazard Tree Removal, Modoc National Forest
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking proposals for tree trimming and hazard tree removal services within the Modoc National Forest, specifically at the Warner Mountain Ranger District and Canby Work Center. The project involves maintenance of approximately 41 trees to enhance safety around administrative sites located in Cedarville, Canby, and Adin, California, requiring contractors to provide materials, labor, and supervision while adhering to industry best practices and safety protocols. This initiative underscores the importance of environmental management and safety within national forest lands, while also promoting participation from small business contractors, as the solicitation is a total small business set-aside. Proposals are due by September 18, 2024, with work expected to be conducted between May 15 and September 30, 2024, and interested parties can contact Margaret Forrest at margaret.forrest@usda.gov or Joshua Kline at joshua.kline@usda.gov 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 soliciting proposals for the replacement of the Teton Canyon Bridge at Caribou-Targhee National Forest in Idaho, with a focus on enhancing infrastructure for recreational access. 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 restore natural hydrology. This initiative is part of a broader effort to maintain and upgrade essential structures within national forests, ensuring safety and accessibility for users. 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.
    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.
    OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Umpqua ERFO Repairs 2022 project located in the Umpqua National Forest, Oregon. The project involves the repair of a 0.19-mile aggregate roadway, including ditch regrading, slope stabilization, and the construction of a mechanically stabilized earth wall, with a focus on environmental compliance and infrastructure integrity. This initiative is part of federal efforts to maintain and improve infrastructure in natural areas, ensuring safety and environmental protection while promoting public access. The contract is a total small business set-aside, with an estimated price range between $700,000 and $2,000,000, and is anticipated 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 details.
    Project WV ERFO FS MNGAH921 2018-1(1) - Monongahela National Forest
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Eastern Federal Lands Highway Division, is seeking qualified small businesses for a construction project in the Monongahela National Forest, West Virginia. The project involves trail and road repairs, culvert replacements, and bridge reconstructions across 29 repair sites, necessitated by damage from significant storms, with an estimated total cost between $12 million and $15 million. This initiative aims to enhance infrastructure resilience and promote small business participation in federal contracting opportunities. Interested prime contractors must submit their qualifications by September 25, 2024, to Mr. Michael Sun at EFLHD.Contracts@dot.gov, adhering to specific formatting guidelines for their submissions.
    OR FLAP GRANT 24(2), Granite Hill Road Reconstruction, Phase II
    Active
    Transportation, Department Of
    The Western Federal Lands Highway Division is seeking contractors for the OR FLAP GRANT 24(2) project, titled Granite Hill Road Reconstruction, Phase II. This project is a Small Business Set-Aside federal contract aimed at reconstructing a 5-mile stretch of Granite Hill Road in Grant County, Oregon. The primary goals are installing precast concrete box culverts and constructing two bridges to enhance drainage and connectivity. The scope of work involves paving, bridge construction, roadway excavation, and the installation of guardrails, erosion control measures, and pavement markings. The project is divided into several divisions, each encompassing specific tasks. Division 200 covers earthwork, while Division 250 focuses on slope reinforcement. Division 300 and 400 address aggregate base courses and asphalt pavement, respectively. Critical Division 550 entails bridge construction and associated tasks. Meanwhile, Divisions 600 and 647 include incidental construction and environmental mitigation work. Prospective bidders are encouraged to visit the project site, especially before winter sets in. Technical and general inquiries can be made via email or phone using the provided contacts. Solicitation documents will be released during fall/winter 2024, with interested parties advised to monitor the SAM website for updates. Eligibility requirements include small business certification and relevant experience in highway and road construction, along with the ability to meet the project's technical specifications. Funding for this project is estimated between $5 million to $10 million, with the contract type being a sealed bid, firm-fixed-price arrangement. The tentative solicitation period is winter 2024/25, and the targeted completion date is set for winter 2025. The government will evaluate bids based on their compliance with the project requirements, with the award going to the most compliant and competitive offer. For clarification or questions, contact the primary contact person at the Western Federal Lands Highway Division.
    Fire Command Buildup (4305) for Shasta-Trinity National Forest
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Fire Command Buildup project (Solicitation No. 127EAY24Q0076) for the Shasta-Trinity National Forest, focusing on vehicle modifications to enhance firefighting capabilities. The procurement requires the installation of emergency lighting, sirens, and radio systems on a designated vehicle, with a project execution period of 220 days post-award. This initiative is crucial for improving operational effectiveness and safety during fire command operations. Interested small businesses must submit comprehensive technical and price proposals, with evaluations based on price, delivery schedule, and technical capability. For further inquiries, contact Joshua Williams at joshua.williams2@usda.gov.
    Y--03 - CON - Disaster, Grizzly Flats Guard Station R
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for the design and construction of the Grizzly Flats Guard Station Rebuild project, which aims to enhance firefighting capabilities in the Eldorado National Forest. The project includes constructing an engine garage, four barracks, and essential utility infrastructure, with a strong emphasis on sustainable building practices and backup power solutions due to the area's vulnerability to power outages. This initiative is critical for supporting local firefighting operations and improving community safety, with an estimated construction cost exceeding $10 million. Interested small business contractors must submit their proposals by October 30, 2024, and can direct inquiries to Christopher Keck at christopher.keck@usda.gov or call 402-657-3092.