Forest Service - Upper Silver Creek Trail Bridge Replacement - 127EAW25R0017
ID: 127EAW25R0017Type: 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 U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the replacement of the Upper Silver Creek Trail Bridge in Stanislaus National Forest, California. This project, categorized as a Total Small Business Set-Aside, involves the design, fabrication, delivery, and installation of a new prefabricated steel truss superstructure, along with repairs to existing concrete abutments and resurfacing of the asphalt trail path. The bridge replacement is crucial for maintaining public access and safety in a high-traffic recreational area, particularly during the busy summer months. Interested contractors must submit sealed bids by May 9, 2025, at 11:00 AM PST, and can direct inquiries to Contract Specialist Tanya Torres at tanya.torres@usda.gov. The estimated construction cost is between $100,000 and $250,000, and compliance with various federal, state, and local regulations is mandatory throughout the project.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Agriculture (USDA) initiates a replacement project for the Upper Silver Creek Trail Bridge in Alpine County, California, following its collapse in spring 2023 due to excessive snow loads. The project involves designing, fabricating, delivering, and installing a new prefabricated steel truss superstructure, including repairs to existing concrete abutments and resurfacing the asphalt trail path. Access will be maintained for public use during construction, which must minimize conflicts with high visitor traffic from Memorial Day to Labor Day. Contractors are responsible for obtaining necessary permits and ensuring compliance with federal, state, and local regulations. Safety precautions for the public and natural resources are mandatory throughout the project. A designated Contracting Officer will oversee project progress, with required reporting for inspection and adjustments as needed. The document also addresses frequently asked questions, clarifying details about equipment access, material standards, and environmental considerations. This project underscores the USDA's commitment to restoring recreational infrastructure while ensuring safety and environmental stewardship.
    The document outlines the replacement plan for the Upper Silver Creek Bridge, focusing on the identification of potential staging areas for construction operations. Two key staging locations are specified: Potential Staging Area 1, located in the Chickaree Day Use Area within part of the parking lot, and Potential Staging Area 2, found at the Pine Marten Campground Sites 14 and 16. The location is situated near Lake Alpine Recreation Trail and Highway 4. It is emphasized that no overland travel is permitted in these areas; only travel on paved paths is allowed. The purpose of this document aligns with governmental RFPs for infrastructure improvements, ensuring compliance with regulations and maintaining environmental integrity during the construction process. It shows a commitment to responsible management of recreational areas while upgrading essential infrastructure.
    The document appears to contain digital signatures by two individuals, Darrell Pereira and Leonard Job, dated September 5, 2024. These signatures suggest that the file may be related to the approval or finalization process of a federal government Request for Proposals (RFP) or grant application. However, the actual content, topics, or details surrounding specific RFPs, grants, or local proposals are not present in this file. The presence of digital signatures indicates completion or authentication of the document's purpose, possibly related to formalizing a government contract or grant agreement. The date and signatories highlight accountability in the documentation process, pertinent to the federal government's operations in managing RFPs and grants. Although the file does not include substantial information regarding specific projects, it reflects procedural adherence within federal or state project workflows.
    This document outlines specifications for timber structures, detailing requirements for fabrication, treatment, erection, and painting of structural timber. It includes specific material and certification standards, referencing various subsections from existing specifications regarding crushed aggregate, elastomeric bearings, and lumber treatment. Compliance certificates must be provided upon delivery, validating grading, treatment methods, and adherence to regulations established by the American Lumber Standards Committee and other relevant institutes. Construction guidelines include site preparation, timber storage techniques, and the handling of treated materials to prevent environmental contamination. It emphasizes the importance of proper treatment methods for both treated and untreated timber, detailing the handling of preservatives and application methods for maintaining wood integrity. Additionally, the document covers hardware specifications, fastening methods, bracing requirements, and construction practices for structural components like posts, stringers, and floor systems. Quality assurance processes and evaluation metrics for construction performance and material measurements are also provided. The information aids in ensuring construction safety, durability, and compliance with applicable building standards.
    The document outlines a comprehensive Fire Plan intended for construction and service contracts in California, focusing on fire prevention and suppression requirements. The plan delineates the contractor’s responsibilities, including compliance with fire safety measures, the designation of a qualified fire supervisor, and the maintenance of fire-fighting equipment. The Forest Service retains the authority to inspect compliance and does not absolve the contractor of their responsibilities. Key components include definitions of operational terms, requirements for fire tools and equipment during the Fire Precautionary Period (April 1 - December 1), and detailed guidelines on fire extinguishers, spark arresters, and operational procedures. The document emphasizes the necessity for a water supply for fire suppression and specifies communication protocols during fire emergencies. Furthermore, the plan establishes a Project Activity Level (PAL) system to classify fire danger and outlines required precautions at each level, such as mandatory fire patrols and restrictions on certain operations during high-risk conditions. The document stresses the importance of adhering to state laws and obtaining necessary permits prior to specific activities such as welding or burning. Overall, the Fire Plan aims to minimize fire risks during contracting operations, ensuring compliance with both state and federal regulations while promoting safety and fire prevention measures in forested areas.
    The document outlines the updated regulations and policies regarding sustainable acquisition practices in federal contracting, following the revocation of prior Executive Order 14057. Agencies are mandated to procure sustainable products and services, including biobased, energy-efficient, and water-efficient items, in compliance with statutory purchasing programs. The definitions provided clarify the types of products that qualify, emphasizing the usage of environmentally friendly options that meet standards set by the U.S. Department of Agriculture, the Environmental Protection Agency, and related regulations. Agencies must document justifications for not procuring sustainable items and prioritize these products in service contracts where applicable. The guidelines also describe exceptions and exemptions for specific conditions, such as national security and military operations. Furthermore, contractors are required to disclose greenhouse gas emissions if they exceed certain contract thresholds. The focus of the regulations is to promote environmental stewardship, improve quality of procurement, and ensure that federal agencies align with sustainability goals. This comprehensive approach reflects the government's commitment to sustainability and compliance with legal frameworks while fostering the market for sustainable products and services.
    The document outlines amendments to federal regulations following Executive Order 14173, which revokes prior policies related to equal employment opportunity (EEO) and affirmative action as set forth in Executive Order 11246. This revision, effective January 17, 2025, includes updates to the Federal Acquisition Regulations (FAR) concerning representations, certifications, and compliance reports. Key sections address procedural changes for small business programs and the application of labor laws to government acquisitions. The document also highlights specific provisions for solicitations and contract clauses related to compliance with EEO requirements. Notably, many clauses previously associated with EEO have been reserved or modified, indicating a shift in compliance standards. The restructured regulations underscore the federal government's commitment to merit-based opportunities while eliminating previous specific affirmative action mandates, thereby indicating a re-evaluation of government funding and contracting practices within the context of RFPs and grants.
    The document is a Request for Information (RFI) pertaining to the Upper Silver Creek Trail Bridge Replacement project within the Stanislaus National Forest. It outlines the procedure for submitting inquiries relevant to the solicitation, emphasizing that all communications must be directed in writing to the designated Contract Specialist, Tanya Torres, at the provided email. Telephone queries are explicitly prohibited. The form allows for up to four RFI entries, enabling potential contractors to ask specific questions about the solicitation, evaluation factors, or technical data. Respondents will receive answers via amendments posted on SAM.gov, ensuring all interested parties have access to the same information. This RFI emphasizes structured communication and clarification to facilitate a transparent bidding process, critical in government procurement.
    The document outlines an amendment to the solicitation for the Upper Silver Creek Trail Bridge Replacement project managed by the USDA Forest Service. This amendment serves to acknowledge changes in the solicitation, primarily extending the proposal due date to May 9, 2025, and to address several Requests For Information (RFI) submitted by contractors. Key responses indicate that minor earthwork may be proposed for access, trees under 10 inches in diameter may be removed with prior approval, fallen trees can be relocated, and that minimal disturbance to vegetation is expected. Contractors are reminded that site inspections are deemed necessary and that snow conditions may affect access. Additionally, the document emphasizes the importance of adhering to project timelines and outlines the procedural requirements for acknowledging receipt of the amendment. Overall, the amendment is designed to facilitate a clear understanding of project expectations and ensure compliance from all bidders in the procurement process.
    The document outlines a government solicitation (127EAW25R0017) for the Upper Silver Creek Trail Bridge Replacement project in Stanislaus National Forest, California. This project is categorized as a "Total Small Business Set-Aside" with an estimated construction cost of $100,000 to $250,000. Contractors are required to submit sealed bids via email by 04/28/2025, and a site inspection is recommended by the contractor prior to submitting proposals. Key project components involve replacing a collapsed bridge due to excessive snow loads and modifying existing concrete abutments. Proposals must include a detailed technical proposal highlighting relevant past performance, work plans, key personnel, and a performance schedule. The contractor must secure performance and payment bonds when total bid exceeds $150,000. The document emphasizes comprehensive compliance with specifications, cleanup, and adherence to safety standards. It also includes clauses regarding contract administration, bonding requirements, and insurance obligations. The proposal evaluation criteria will assess thoroughness and the offeror’s understanding of the project objectives, ensuring quality and safety in the execution of the construction contract.
    Lifecycle
    Similar Opportunities
    Z--Bridge 447 - Timber Replacement
    Interior, Department Of The
    The National Park Service is preparing to issue an Invitation for Bids (IFB) for the Bridge 447 – Timber Replacement project located in Cuyahoga Valley National Park, Brecksville, OH. The project entails the complete replacement of bridge timbers, installation of new approach ties, and the reinstallation of various bridge components, all in compliance with safety standards. This procurement is significant for maintaining infrastructure within the national park system and is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the solicitation will be publicly available in mid to late December 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500.
    WA NP MORA 11(1), Fryingpan Creek Bridge
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP MORA 11(1) project, which involves the replacement of the Fryingpan Creek Bridge in Mount Rainier National Park, Washington. The project entails constructing a new 218.5-foot long steel plate girder bridge with a cast-in-place concrete deck, along with roadway realignment, parking lot construction, minor pipe culvert replacement, and stone masonry work. This initiative is crucial for maintaining infrastructure integrity and enhancing transportation safety within the park, with an estimated contract value between $10 million and $20 million. Interested vendors should note that the tentative solicitation date is set for Winter 2026, with a fixed completion date anticipated in Summer 2029; for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520.
    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.
    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.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the reconstruction and paving of Trestle Creek Road in Bonner County, Idaho, under project ID FLAP BONNER 841(1). The project aims to enhance a 3.75-mile stretch of roadway by implementing improvements such as riprap placement, roadway aggregates, asphalt concrete pavement, and drainage enhancements, ultimately facilitating year-round access to the Kaniksu National Forest. This initiative is part of the government's commitment to infrastructure improvement and environmental stewardship, with an estimated contract value between $5 million and $10 million. Interested vendors should note that the solicitation is set to be released in Spring 2025, with a completion target of Fall 2025, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the rehabilitation of the U.S. 421 Bridge at Deep Gap in Watauga County, North Carolina, under the Blue Ridge Parkway Project NC NP BLRI 5140-091P. The project entails various construction tasks, including concrete repair, joint resealing, stone masonry repointing, pavement removal, asphalt work, and waterproofing, with an estimated cost ranging from $2,000,000 to $5,000,000. This opportunity is significant for enhancing infrastructure and ensuring the safety and longevity of transportation routes in the region. Bid documents are expected to be available around December 18, 2025, and interested vendors must register on sam.gov to access these documents and receive notifications. For inquiries, contact Monique Lynch or Emily McCleary at eflhd.contracts@dot.gov.
    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.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    GAOA – Strawberry – Kamas Bunkhouse Renovations on the Uinta/Wasatch/Cache National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking qualified small businesses to undertake renovations at the Strawberry-Kamas Bunkhouse on the Uinta/Wasatch/Cache National Forest in Utah. The project involves comprehensive demolition, construction, and remodeling efforts to address housing deterioration at two sites, which include multiple bunkhouses and residences. This procurement is significant for maintaining essential facilities that support visitor services and forest management operations. Interested vendors must be registered in SAM.gov and are encouraged to monitor the site for updates, with a project budget estimated between $500,000 and $1,000,000 and a proposal submission deadline set for January 26, 2026. For further inquiries, contact Kellie Shaw at kellie.shaw@usda.gov or 208-313-3852.
    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.