Chippewa National Forest, Stony Point Campground Upgrades
ID: 12445525B0001Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 13Atlanta, GA, 303092449, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF RECREATIONAL BUILDINGS (Y1FB)

Set Aside

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

    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors for the Stony Point Campground Upgrades project located in the Chippewa National Forest, Minnesota. The project involves significant upgrades to the campground's electrical and water systems, including the construction of a new pumphouse, replacement of existing utilities, and demolition of outdated facilities. This initiative is crucial for enhancing public recreational infrastructure and ensuring safety and efficiency for campground visitors. Interested contractors must submit their sealed bids electronically by May 29, 2025, at 2:30 PM Eastern Time, with a total estimated project cost between $500,000 and $1,000,000. For further inquiries, contact Brad Higley at bradley.higley@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Stony Point CG project involves the replacement of electrical and water systems, as specified in a government proposal (ProjNum CH10787). Key components of the project include mobilization, general requirements, construction of a pumphouse building, replacement of existing electric and water systems, and the demolition of the wellhouse along with the abandonment of the water well. Each item on the bid schedule is priced as a lump sum, illustrating a structured approach to the project’s funding and execution. The document requires details such as the company name, federal tax identification, and signatures from authorized representatives to formalize the bidding process. This project emphasizes critical infrastructure improvements, aligning with government objectives for enhancing public utility systems, ensuring safety and efficiency in service delivery.
    The document addresses the Stony Point Campground solicitation, specifically clarifying the period of performance for a construction project. It presents a question regarding the initial indication that the project is set for August 4, 2025, to October 31, 2025, while specifications allow for completion in either August-October 2025 or August-October 2026. The response confirms that the contractor awarded the project has the flexibility to choose either timeframe, but must specify their chosen period upon award. This exchange illustrates the iterative communication often present in government Requests for Proposals (RFPs), ensuring clarity and adherence to guidelines for contractors in public sector projects. The dual timeframe option reflects a responsive approach to project scheduling, accommodating varying contractor capabilities and preferences. This document, integral to the RFP process, ensures all parties have a mutual understanding of expectations and allows prospective contractors to plan effectively.
    The document outlines the Stony Point Campground project led by the U.S. Department of Agriculture's Forest Service, focused on upgrading electrical and water systems at the campsite located in Chippewa National Forest, Walker Ranger District, Minnesota. It details specific travel directions to the campground, relevant construction documentation including site layouts, electrical notes, typical details, and general notes for contractors. Key elements emphasize compliance with safety standards, industry codes, and environmental regulations throughout the project. Contractors are instructed to coordinate with utility providers, manage permits, and adhere to specific construction practices including verification of existing conditions and installation of new systems. Additionally, the project includes the demolition of existing facilities, installation of new pumping stations, and establishment of a comprehensive layout for utility lines, enhancing campground facilities for visitor use. The overall goal is to ensure improved infrastructure and safety at Stony Point Campground, which aligns with federal standards for public outdoor recreation facilities effective for both campers and the environment.
    The document details a solicitation for construction work related to the Stony Point Campground, addressing various inquiries about project specifications and requirements. Key points include traffic control plans, permitting, utility coordination, and construction timelines. The campground will remain closed during construction, necessitating safety signage and a traffic control plan for public areas. The contractor will manage existing utilities, maintaining active water and electrical services during the project. The Government has no preferential construction year, allowing contractors to choose between 2025 and 2026 for project execution. Contractors must ensure adherence to local codes, obtain necessary permits, and manage system testing and startup procedures. The utility installation cost is estimated at $25,000. Inspections are required, with the contractor responsible for compliance. Provisions are made for handling potentially abandoned pipes and ensuring water quality during construction. No delays are permitted beyond the project's October 31 completion date, reflecting the emphasis on efficient project execution and minimum disruption to public services. This solicitation reflects the rigorous standards and detailed planning necessary for federally funded construction projects, highlighting the importance of regulatory adherence and effective contractor management in government RFP processes.
    The document outlines the solicitation for the CPF Stony Point Campground project (Solicitation No. 12445525B0001), detailing the proposals submitted by multiple vendors. It lists seven offers for various components of the project including mobilization, general requirements, and system replacements (electric, water, and wellhouse demolition). Each offer includes associated costs from vendors such as Frontier Services and Black Ridge Construction. The total estimated costs submitted by the vendors range significantly, with bids from $748,700 to over $1.4 million. Notably, the base bid amounts include specific quantities and unit pricing for each project component, reflecting vendors' assessments of labor, materials, and project execution. Key components involve critical infrastructure updates, such as system replacements crucial for the campground's operation, ensuring compliance with governmental infrastructure standards. This solicitation reflects federal and local efforts to renovate campground facilities, outlining a framework for competitive bidding while highlighting the varying assessments and approaches by different contractors. The careful scrutiny of costs indicates a rigorous procurement process aimed at obtaining the best value for public spending within government-sponsored projects.
    The document is a General Decision Number MN20250037 detailing wage determinations for construction projects in Cass County, Minnesota. It outlines classifications and minimum wage rates for various labor roles relevant to building construction under the Davis-Bacon Act. This act mandates that contractors pay minimum wage rates as dictated by recent Executive Orders, specifically requiring at least $17.75 per hour for contracts entered after January 30, 2022, and $13.30 for those awarded between January 1, 2015, and January 29, 2022. The document also specifies fringe benefits applicable to different construction roles, including laborers, electricians, and heavy equipment operators. Additionally, it informs contractors about compliance obligations, including the submission of conformance requests for unlisted job classifications. The wage rates listed are essential for ensuring fair labor practices under federal contracts. The document emphasizes adherence to contractor requirements, worker protections, and avenues for appealing wage determinations, ensuring compliance with federal labor standards in government-funded construction projects.
    The document pertains to an amendment related to a government solicitation identified by the number 12445525B0001. Its primary purpose is to modify the bidding process by extending the submission deadline to May 29, 2025, at 2:30 PM Eastern Time, and to include a Question & Answer (Q&A) document relevant to the solicitation. Furthermore, it outlines specific requirements for contractors to acknowledge receipt of the amendment, which can be done through various methods such as completing copies of the amendment or via electronic communication prior to the specified deadline. The amendment applies solely to modifications of contracts/orders and specifies that all original terms and conditions of the previous document remain effective unless altered by this amendment. The period of performance for the contract is set from August 4, 2025, to October 31, 2025. The form emphasizes necessary compliance with acknowledgment of receipt and the potential consequences of non-compliance on bid evaluations. Overall, this document serves to facilitate clarity and compliance in the solicitation and bidding process for federal contracts.
    The document outlines a government solicitation for the construction and upgrade of the Stony Point Campground located in the Chippewa National Forest, Minnesota. It specifies the requirements for contractors to submit sealed bids electronically by a given deadline, with an emphasis on public transparency through a Microsoft Teams bid opening. The project focuses on electrical and water system upgrades, with a total estimated cost between $500,000 and $1,000,000, and a required performance period from August 4, 2025, to October 31, 2025. Contractors must provide performance and payment bonds, adhere to technical specifications, and comply with various clauses regarding labor standards and insurance coverage. The solicitation also outlines additional requirements like insurance, safety measures, and compliance with federal guidelines. Included are provisions for the utilization of small businesses, guidelines for inspections and acceptance, as well as specific instructions for submissions. The depth of this document reflects the intricate nature of federal contracting processes and reinforces the importance of safety, compliance, and quality in government-funded construction projects.
    The Stony Point Campground Electrical and Water System Improvements project is initiated by the USDA Forest Service to upgrade critical infrastructure located in Cass County, MN. It encompasses mobilization, selective demolition, construction of new electrical and water systems, and a pumphouse building. The project requires the contractor to adhere strictly to specified quality control standards, perform required testing, and comply with safety regulations including state licenses for electrical and plumbing work. The construction schedule spans from August to October of either 2025 or 2026, minimizing visitor disruption during the campground's operational season. The contractor is expected to maintain communication and coordination with ongoing government operations and ensure public safety through traffic control plans. A comprehensive measurement and payment framework outlines job performance documentation and specifies payment conditions based on satisfactorily completed work, with certain qualifications around the measurement of quantities and reporting protocols. Successful execution of this project highlights the government's commitment to maintaining and enhancing recreational facilities through significant infrastructure investments.
    The document pertains to an emerging federal grant opportunity designed to support community-based initiatives aimed at enhancing local educational resources. This grant focuses on innovative programs that seek to improve academic achievement, particularly in underfunded regions. Key objectives include fostering partnerships among local organizations, schools, and families to create holistic approaches to education, increasing student engagement, and addressing barriers to learning. The grant evaluates proposals based on criteria such as feasibility, potential impact, and sustainability of the initiatives. Interested applicants are encouraged to outline clear goals, measurable outcomes, and a detailed budget plan that demonstrates efficient use of federal funds. Furthermore, collaboration with local stakeholders is emphasized as crucial for project success. This funding opportunity reflects the government's commitment to educational equity and community empowerment, especially in historically underserved areas.
    Similar Opportunities
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    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.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Water System Upgrades Santa Fe National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Water System Upgrades project at the Santa Fe National Forest, located in Pecos, New Mexico. This project involves the replacement of three drinking water systems at high-use recreation sites: Jacks Creek Campground, Field Tract Campground, and the Panchuela Administrative Site, requiring comprehensive demolition and installation of new infrastructure. The upgrades are crucial for ensuring safe and reliable water supply for recreational use and administrative functions in the area. Interested contractors should note that proposals are due by December 17, 2025, with an estimated contract value between $500,000 and $1,000,000, and are encouraged to contact Blaine Greenwalt at blaine.greenwalt@usda.gov for further information.
    Gull Lake Self-Contained Flush Vault Restroom
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is planning to solicit bids for the Gull Lake Self-Contained Flush Vault Restroom project in Brainerd, Minnesota. This project entails the removal and disposal of an existing vault toilet building and the installation of a new prefabricated, pre-cast concrete, self-contained flush vault restroom along with its associated vault. The contract, which is set aside for small businesses, is valued between $250,000 and $500,000 and will be awarded as a firm fixed-price contract through an Invitation for Bid (IFB) process. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Roberta L. Just at roberta.l.just@usace.army.mil or 651-290-5375 for further information.
    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.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    Helena Lewis & Clark NF - Park Lake Dam Rehabilitation
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is preparing to solicit bids for the Park Lake Dam Rehabilitation project located in the Helena Lewis & Clark National Forest in Montana. The project entails a comprehensive scope of work, including clearing and grubbing, deconstruction of the existing dam, construction of a new dam with a seismic foundation, hydraulic seepage control, and road reconstruction, all to be completed by October 31, 2027, over two field seasons. This rehabilitation is crucial for maintaining the integrity and safety of the dam infrastructure. Interested vendors are encouraged to inspect the project site prior to the solicitation, which is anticipated to be issued by January 2026. For further inquiries, potential bidders may contact Lisa Rakich at lisa.rakich@usda.gov or Reid Stovall at reid.stovall@usda.gov.