GAOA One Duck Trail Reconstruction & Shelter Repairs
ID: 12048925Q0008_0001Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICE-SPOC NWWashington, DC, 202500001, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

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 USDA Forest Service, is soliciting bids for the reconstruction of the One Duck Trail and associated shelter repairs in the Tongass National Forest, located in Craig, Alaska. The project encompasses various construction activities, including the demolition of existing structures, mobilization, and the construction of aggregate surfaces and boardwalks, with additional options for establishing rest areas and repairing an alpine shelter. This initiative is crucial for maintaining and enhancing public access to natural resources, ensuring compliance with federal regulations, and promoting sustainable practices. The estimated project value ranges from $250,000 to $500,000, with a performance period set from April 2025 to August 2026. Interested contractors should contact Louis R. Wade at louis.wade@usda.gov or 480-744-7589, or Jerry Meeks at jerry.meeks@usda.gov or 469-920-8490 for further details.

    Files
    Title
    Posted
    The document outlines a solicitation for the reconstruction of the One Duck Trail and associated facilities in the Tongass National Forest, focusing on multiple construction elements. Key activities include demolishing existing structures, mobilization, constructing aggregate surfaces, and boardwalks, with additional options for establishing rest areas and repairing an alpine shelter. The estimated project value ranges between $250,000 and $500,000, with a performance period from April 2025 to August 2026. Contractors are required to provide bids for all items listed, along with any necessary performance and payment bonds. The document specifies various technical and contractual clauses, adherence to the Buy American Act, insurance requirements, and evaluation criteria for contractor selection. It emphasizes the need for compliant practices with federal regulations and outlines the responsibilities of the contractor, including project communications, inspection protocols, and management of various labor standards. Overall, it represents a structured request for proposal (RFP) aimed at ensuring quality and accountability in public works funded by the federal government.
    Lifecycle
    Title
    Type
    Similar Opportunities
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Cleetwood Trail and Marina Improvements project at Crater Lake National Park in Oregon. The project involves the rehabilitation of a 1.1-mile trail, rockfall mitigation, replacement of a failed marina bulkhead, and upgrades to restroom facilities, with a focus on enhancing visitor access and safety while adhering to environmental standards. This initiative underscores the federal commitment to maintaining national park infrastructure, with an estimated contract value between $30 million and $40 million, and a tentative completion date set for Fall 2027. Interested vendors can contact the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520 for further details, and should monitor SAM.gov for solicitation updates anticipated in winter 2024/2025.
    BCLH Stewardship IRSC Phase 2
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
    OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
    Buyer not available
    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.
    Sources Sought Announcement for Design-Build Con Svc in VA. VA Creeper Bridge /Trail Reconstruction DB. USDA-FS, George Washington and Jefferson National Forest.
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for a design-build construction service project focused on the reconstruction of the VA Creeper Bridge and Trail in Damascus, Virginia. The procurement aims to enhance the infrastructure of the bridge and trail, which are vital for recreational access and environmental stewardship within the George Washington and Jefferson National Forests. This opportunity falls under the NAICS code 237310, which pertains to highway, street, and bridge construction, and is classified under the PSC code Z2LB for repair or alteration of highways, roads, streets, bridges, and railways. Interested parties can reach out to Steven J Alves at steven.alves@usda.gov or call 859-334-0524 for further details regarding this sources sought announcement.
    Y--NV Upper Carson Slough Backcountry Trail System
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the construction of the Upper Carson Slough Backcountry Trail System at the Ash Meadows National Wildlife Refuge in Nevada. The project aims to enhance visitor access to the refuge's unique biodiversity and cultural significance through the design and construction of trails, parking areas, and interpretive signage that emphasizes Indigenous cultural heritage and ecological education. The estimated project magnitude ranges between $1,000,000 and $5,000,000, with a performance period of 270 days following the notice to proceed. Interested contractors should contact Shannon Barnhill at shannonbarnhill@fws.gov for further details, and must adhere to specified deadlines for proposal submissions and amendments.
    BCLH Stewardship IRSC Phase 1
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 1 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead fires in Marion County, Oregon. The project encompasses mandatory and optional work activities, including the removal of fire-killed timber, hazard tree felling, small fuels treatment, and road reconstruction, with the goal of restoring access and safety in the region. This initiative is critical for effective forest management and rehabilitation following significant wildfire impacts, ensuring compliance with federal regulations and promoting ecological safety. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with an anticipated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks, and a solicitation issuance expected around January 15, 2025.
    WA ERFO FS MTBKR605 2020-1(1), Mt. Baker Snoqualmie ERFO Repairs 2020 Phase 1 & WA ERFO FS MTBKR605 2022-1(1), Mt. Baker Snoqualmie ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for emergency repair projects in the Mt. Baker-Snoqualmie National Forest, specifically identified as WA ERFO FS MTBKR605 2020-1(1) and WA ERFO FS MTBKR605 2022-1(1). The projects involve critical infrastructure improvements, including earthwork, roadside development, wall construction, and drainage systems across multiple sites in Washington, covering a total length of 0.4 miles. This initiative is vital for enhancing safety and accessibility in the region's roadways, with an estimated budget ranging from $700,000 to $2,000,000 and a fixed completion target set for Winter 2025. Interested contractors should contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details and to stay updated on the solicitation documents expected to be released in Winter 2024/2025.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Buyer not available
    The Department of Transportation's Federal Highway Administration seeks contractors for the Crown Point Trail project in Idaho, involving extensive trail construction and repairs. This small business set-aside project, valued between $700,000 and $2 million, requires expertise in highway construction and will be awarded through a sealed bid process. The upcoming procurement, anticipated in early 2025, aims to enhance a 2.7-mile trail stretch with resurfacing, slope repairs, and new construction, accessible for physical inspection now before snow sets in.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at mitigating hazardous fuel risks and restoring access routes affected by the 2020 Beachie Creek and Lionshead Fires in Oregon's Willamette National Forest. The project encompasses the removal of fire-killed timber, management of hazard trees, and necessary road maintenance and reconstruction across a 1,843-acre area, with both mandatory and optional work activities outlined. This initiative is critical for enhancing forest health, ensuring safe access, and promoting sustainable land management practices in fire-impacted regions. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519, with a total estimated project cost between $1 million and $5 million, and the solicitation expected to be issued around March 31, 2025.