Nez Perce Clearwater National Forest/Allison-Ericson Dams Decommission & Restoration
ID: 1240LU24R0020Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 9Ogden, UT, 844012310, USA

NAICS

Site Preparation Contractors (238910)

PSC

REPAIR OR ALTERATION OF DAMS (Z2KA)
Timeline
    Description

    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the decommissioning and restoration of the Allison and Erikson dam complexes located in the Nez Perce Clearwater National Forest in Idaho. The project aims to restore the area to its native wetland habitat, with the work divided into a base option focusing on the two primary dams and an optional phase for additional impoundments, emphasizing ecological restoration and environmental protection. This initiative is crucial for enhancing local ecosystems and managing natural resources effectively, with a contract performance period set from May 1 to October 31, 2025, and a budget estimated between $500,000 and $1 million. Interested contractors must submit their offers by September 16, 2024, and can direct inquiries to Daniel Franco at daniel.franco@usda.gov or Zac Hiedeman at zachary.hiedeman@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses various government procurement processes, specifically focusing on requests for proposals (RFPs) and grants at federal, state, and local levels. It outlines the framework for submitting proposals, including guidelines on eligibility, required documentation, and evaluation criteria. The main purpose is to facilitate transparent and competitive bidding for projects aimed at public benefit, ensuring compliance with legal regulations. Key ideas encompass the importance of providing comprehensive project descriptions, the necessity for detailed budgets, and timelines for project completion. Additionally, the document emphasizes the role of minority and women-owned businesses in accessing these opportunities. Understanding this system is vital for participants interested in securing government-funded projects, which highlight accountability and effective use of taxpayer funds. The context suggests alignment with broader governmental objectives of fostering economic growth through equitable project opportunities and proper resource allocation. Overall, the document serves as a procedural guide for potential contractors seeking to engage with government entities.
    The solicitation (No. 1240LU24R0020) outlines a Request for Proposal (RFP) for the Allison and Erickson Dam Removal and Restoration project by the U.S. Forest Service. This initiative aims to decommission the Allison and Erikson dam complexes and restore the area to its native wetland habitat. The project is divided into two options: the base option focuses on decommissioning the two primary dams and local restoration, while the optional phase expands the decommissioning and restoration efforts to additional impoundments. The anticipated budget ranges from $500,000 to $1 million, with a performance period from May 1 to October 31, 2025. Key responsibilities for contractors include environmental protection, pollution control, and adhering to safety regulations during construction. The contractor must ensure their equipment is weed-free and comply with all local laws regarding permits and land use. They will also maintain clean worksite conditions and handle waste responsibly. The document includes specific clauses about insurance requirements, pre-bid tours, and evaluation factors for award. Compliance with the "Buy American Act" is mandatory, prioritizing domestic construction materials. This procurement aligns with federal initiatives supporting environmental restoration while ensuring adequate protections for local ecosystems.
    The document outlines a detailed schedule of items for the deconstruction and restoration of Allison Pond 1 and Ericson Pond 1. It includes a comprehensive list of tasks, quantities, unit prices, and descriptions related to initial construction, earthwork, road access, planting, and stream restoration. Key tasks encompass mobilization, water control, clearing and grubbing, soil grading, road construction and obliteration, as well as planting and seeding efforts to promote ecological restoration. The document also highlights the harvesting and relocating of wetland sod and the construction of various aquatic structures, such as BDAs and shade structures. Additionally, the file notes assumptions regarding topsoil replacement and soil swell calculations, emphasizing the importance of effective reclamation practices. The purpose is to solicit proposals for an environmentally focused project, likely tied to federal or state funding initiatives aimed at ecological restoration and environmental conservation. This RFP reflects an organized approach to addressing environmental impacts and facilitating habitat restoration efforts.
    The document outlines a Request for Proposals (RFP) pertaining to construction and reclamation activities for Allison Ponds 2-4 and Ericson Ponds 2-7. Key tasks include mobilization, construction staking, water control, hazardous material handling, clearing, grading, road construction, and vegetation restoration. Specific quantities for each task are provided, detailing the various earthworks, road improvements, and habitat restoration efforts, such as planting and noxious weed management. The RFP emphasizes the importance of topsoil stripping, stockpiling, and replacement to facilitate effective reclamation. It mentions the need for new temporary road construction, both in the existing template and for improvements, as well as for harvesting and relocating wetland sod. The document sets forth comprehensive instructions for managing soil and vegetation during the project and stresses environmental considerations like wildlife fencing and mediation of noxious weeds. The proposal indicates a structured approach for evaluating bids based on clearly defined tasks and quantities, reflecting government efforts to ensure precise execution of ecological restoration and construction methodologies.
    The document outlines the engineering plans for the Allison Pond 1 and Ericson Pond 1 projects located in Idaho County, ID, sponsored by the U.S. Department of Agriculture Forest Service. It includes a comprehensive overview of the design and engineering specifications required for both ponds, emphasizing civil, geotechnical engineering, and land surveying aspects. The project documents detail the location coordinates for both ponds, the scope of work, and include specific sheets that cover everything from survey control to individual design plans, existing conditions, and restoration plans. The plans are designed to enhance watershed management by improving access, restoring natural conditions, and implementing environmental best practices. Each section of the report is meticulously organized, containing summary quantities, specifications, and unique nuances applicable to both pond projects. The date of review and approval indicates timely communication and oversight, reinforcing compliance with federal guidelines pertaining to RFPs and grants. Overall, this document serves as a pivotal resource for ensuring effective project execution while adhering to ecological standards and community needs.
    The document outlines the comprehensive plans for the Allison Pond 1 and Ericson Pond 1 projects within the Nez Perce-Clearwater National Forests, managed by the U.S. Department of Agriculture Forest Service. It includes project specifications, locations, and overview details for both ponds, which are designated for environmental and hydrological improvements. Detailed civil engineering and surveying information is provided, supported by a map indicating precise coordinates for each pond. The project was systematically organized into various sheets that outline specific designs, access roads, and watershed details for both Allison Creek and Ericson Creek. The plans have undergone multiple reviews and approvals from relevant officials, confirming adherence to federal guidelines and local regulations. The document emphasizes the phased nature of the work, with the main contract focusing on the base development of the ponds and an optional contract for further watershed enhancements, ensuring a structured approach to environmental management within the region. This reflects the government’s initiative to enhance natural resources while adhering to regulations and community safety.
    The document outlines supplemental specifications for the decommissioning of the Allison Pond 1 and Ericson Pond 1 dams within the Nez Perce-Clearwater National Forests. It details the construction project’s scope, which includes ecological restoration and infrastructure improvements to enhance native wetland habitats. Key activities involve the removal of existing dam embankments, grading channels, restoring disturbed areas, and implementing water control measures. The specifications include guidelines for project management, contractor responsibilities, and various construction methods, emphasizing quality control, environmental protection, and compliance with federal regulations. Furthermore, it calls for the prevention and containment of noxious weeds, the establishment of turf and vegetation, and the construction of beaver dam analogs and other structures to support wetland restoration. The document serves as a guide for contractors participating in this federally funded project, ensuring adherence to regulatory standards for environmental restoration and habitat improvement. By outlining terms, definitions, and detailed construction requirements, it aims to facilitate effective project execution while highlighting the importance of ecological integrity and sustainability in the management of natural resources.
    The document outlines the supplemental specifications for the decommissioning of Allison Ponds 2-4 and Ericson Ponds 2-7 within the Nez Perce-Clearwater National Forests. The primary objective is to dismantle earthen dams and restore habitats to promote native wetland ecosystems, involving two phases over a two-year period. Key elements of the project encompass the enhancement of access roads, sediment control, regrading of embankments, wetland habitat creation, and revegetation with native plants. Each section delineates specific tasks, including erosion and sediment control measures, construction practices, materials handling, quality control processes, and environmental protection strategies. Critical components also include fire safety protocols and a noxious weed containment plan to safeguard existing ecosystems. Various procedures for measurement, payment, legal obligations, and contractor responsibilities are discussed, ensuring both safety and compliance with federal regulations. The thoroughness of specifications highlights the Forest Service's commitment to ecological restoration and preservation, while maintaining standards for environmental protection throughout the construction process.
    The document pertains to various federal and state RFPs (Request for Proposals) and grants, primarily outlining processes and potential areas of funding opportunities. It emphasizes the importance of addressing critical community needs through federally supported programs that may include infrastructure development, environmental assessments, and public health initiatives. The document is structured to include sections on eligibility requirements, application processes, and compliance guidelines that organizations must follow to secure funding. Key points include detailed descriptions of eligible projects, funding limits, deadlines for submission, and expectations for reporting on the use of awarded funds. The overarching purpose is to promote community improvement through strategic partnerships and collaborations between government entities and local organizations. This aligns with governmental aims to enhance service delivery and improve public welfare while ensuring accountability and transparency in the use of public resources. The emphasis on compliance with regulatory frameworks and the necessity for clear, well-structured proposals reflects the importance of rigor in such processes, aiming to foster effective and impactful community solutions.
    The document outlines a solicitation for proposals related to the decommissioning and restoration of the Allison Erickson Dam, issued by the USDA Forest Service. The primary purpose is to gather bids for construction work as described in the issued solicitation titled "24R0020 Allison Erickson Dam Decommission Restoration." The contractor must complete the work within a specified performance period from May 1, 2025, to October 31, 2025, with specific requirements for sealed offers and the necessity of performance and payment bonds. The solicitation emphasizes a timeline for submission, with offers due by September 16, 2024, at noon MDT, and details the offer submission process, including contacts for clarification on technical questions. The document contains standard federal solicitation elements, including information about the contracting officer and acknowledgment of potential amendments. Overall, this solicitation serves as a formal mechanism for the federal government to procure necessary services while ensuring compliance with established guidelines and procedures.
    This document serves as an amendment to a solicitation numbered 1240LU24R0020, issued by the USDA Forest Service. The primary purpose of this amendment is to include missing plans titled "Amendment 1 Attachment 1 - 100 percent AE Option Contract Plan Set" without changing the offer submission deadline. Contractors must acknowledge receipt of this amendment to ensure their offers are considered, which can be done through various methods as outlined. The effective period for the contract is set between May 1, 2025, and October 31, 2025. Contact information for queries is provided, with Daniel Franco designated as the primary contracting specialist, supported by Zac Hiedeman for project-specific questions. The amendment preserves all terms and conditions of the initial solicitation, ensuring clarity and continuity in the bidding process while emphasizing the importance of compliance with the acknowledgment requirements.
    The Allison and Erickson Dams Decommissioning and Restoration project involves significant work to restore and decommission old mining ponds. A pre-bid meeting on August 28, 2024, outlined crucial considerations, including the handling of hazardous materials, with a focus on naturally occurring arsenic that poses moderate risks to workers. One contractor will be awarded a single contract, emphasizing past performance, technical proposals, and price as selection criteria. Important environmental factors were discussed, including the preservation of wetlands, access challenges to the sites, and the absence of fish salvage plans due to water control concerns. Temporary wildlife fencing for tree planting areas and tree replacement procedures were clarified, requiring minimal planting. Contractors may source materials from the site or through imports, with the government also providing access to gated roads. The project aims to be completed within a single construction season, with possible extensions for justified delays. These elements underline the governmental effort to responsibly manage environmental restoration while ensuring compliance with safety and regulatory standards.
    The document is a formal solicitation for the Allison Erickson Dam Decommission Restoration project, issued by the USDA Forest Service. It outlines the requirements and procedures for submitting offers, including timelines and essential contacts. The project, identified by solicitation number 24R0020, requires performance related to construction and restoration, with specific plans and wage determinations included. The proposal submission deadline is set for September 16, 2024, by 12:00 pm MDT. Contractors must provide performance and payment bonds and comply with the stipulated terms. The performance period is designated from May 1, 2025, to October 31, 2025. Interested parties are instructed to direct their offers and inquiries to Daniel Franco. This solicitation encapsulates standard practices in government contracting, ensuring transparency and competition within specified timelines while adhering to federal grant and procurement guidelines.
    Similar Opportunities
    Two Phase Design-Build- Albeni Falls Dam Fish Passage
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers - Seattle District is planning a major construction project at the Albeni Falls Dam in Idaho to enhance fish passage facilities. The upcoming federal contract, anticipated to be awarded in two phases, seeks to design and build an upstream trap and haul facility for the safe passage of sub-adult and adult bull trout. This two-phase design-build project allows firms to showcase their qualifications in the initial phase, with a select few being invited to submit detailed technical and pricing proposals in phase two. The government will favor proposals that offer the best value, considering factors like experience, capabilities, and price. The scope of work for the successful awardee will involve challenging construction activities, including installing complex water intake structures, working with high water flow rates, and coordinating haul operations. The project has a significant magnitude, estimated between $100 million and $250 million, and the contract will be a firm-fixed-price type with economic price adjustments. To participate, firms must register in the System for Award Management (SAM) and fulfill the requirements for an unrestricted full and open competition. The anticipated solicitation release is on or around August 30, 2024, with proposals due on October 1, 2024. For more details and to stay updated, interested parties should closely monitor the official solicitation number W912DW24R0020 on SAM.gov. Contact Charles Idle or Gregory Cook from the U.S. Army Corps of Engineers with any questions.
    LLA/LMA Stilling Basin Sediment Removal
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the LLA/LMA Stilling Basin Sediment Removal project, aimed at addressing sediment buildup in the stilling basins of the Lower Monumental and Lower Granite Dams located on the Snake River. The project involves comprehensive sediment removal to maintain dam operations and ecological balance, with specific requirements for site surveys, sediment disposal, and adherence to federal regulations. This initiative is critical for ensuring the structural integrity of the dams and supporting local ecosystems, with an estimated project cost between $1 million and $5 million. Contractors must submit sealed bids by September 30, 2024, and can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.
    Y--NEVADA - NYE COUNTY, NEVADA ASH MEADOWS NWR Design/Build Services
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (USFWS), is seeking qualified contractors for Design/Build Services related to the restoration of the Crystal Springs hydrological system at the Ash Meadows National Wildlife Refuge in Nye County, Nevada. The project involves the decommissioning and removal of three dams, remediation of hazardous materials, and the enhancement of visitor access through improved facilities and trails, all aimed at restoring ecological functions and benefiting diverse wildlife habitats. This initiative is significant for ecological restoration and public engagement within the refuge, with a contract budget exceeding $10 million and a performance period from September 2024 to February 2027. Interested parties should direct inquiries to Ian Young at ianayoung@fws.gov, and proposals will be evaluated under federal design-build procedures, with a notice to proceed anticipated in March 2025.
    Phase 1 4FL Forest Housing Deferred Maintenance
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting bids for the Phase 1 4FL Forest Housing Deferred Maintenance project located in McCall, Idaho, specifically within the Payette National Forest. This project involves critical construction activities, including the installation of new utilities, demolition of existing structures, and the construction of a new laundry facility, all aimed at improving housing infrastructure for government employees. The contract is set aside for small businesses, with a total estimated value between $250,000 and $500,000, and the performance period is scheduled from September 30, 2024, to October 30, 2025. Interested contractors must submit their proposals by September 23, 2024, at 5:00 PM EST, and can direct inquiries to Brenda Simmons at brenda.simmons@usda.gov.
    Y--Clear Creek Dam Fish Passage Facility, Yakima Rive
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the construction of the Clear Creek Dam Fish Passage Facility as part of the Yakima River Basin Water Enhancement Project in Washington. The project aims to enhance fish migration by constructing a new fish ladder and associated infrastructure, including an intake structure, pump systems, and necessary electrical upgrades, with an estimated construction cost between $15 million and $20 million. This initiative is crucial for improving the long-term viability of the bull trout population and restoring aquatic ecosystems affected by existing dam operations. Interested contractors must submit their proposals by September 10, 2024, and are encouraged to attend a pre-bid site visit on August 28, 2024; for further inquiries, they can contact Contract Specialist Drew McGuire at dmcguire@usbr.gov or Contracting Officer Lance Fleming at lfleming@usbr.gov.
    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.
    Idaho Panhandle National Forest Coeur D' Alene Nursery Roofing Replacements
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the replacement of roofs at the Coeur D'Alene Nursery in Idaho under Solicitation No: 1240LU24R0025. The project entails removing existing metal roofs and installing new metal roofing systems across multiple buildings, including necessary components such as underlayment, ice shields, and addressing any damaged roof sheathing. This initiative is crucial for maintaining the structural integrity of facilities used for agricultural and research purposes, with an estimated project cost ranging between $100,000 and $250,000, and completion expected by October 15, 2025. Interested contractors must submit their bids by September 23, 2024, and can contact Daniel Franco at daniel.franco@usda.gov or Pamela Baltz at pamela.baltz@usda.gov for further information.
    AZ-LAKE HAVASU RFGS-FIRE-RESTORATION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for a contract to assist with fire restoration efforts at the Lake Havasu National Wildlife Refuge Complex in Arizona. The primary objective is to procure a work crew to plant native trees and control invasive species, with the project scheduled to take place over four weeks between January and April 2025. This initiative is crucial for ecological restoration and habitat preservation within the refuge, aligning with federal guidelines for environmental management. Interested contractors must submit their quotations by September 24, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
    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.
    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.