Crazy Woman Creek Corridor Updates - Forest Service Rd. 33 Repairs
ID: 1132996_1Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEBIGHORN NATIONAL FORESTSheridan, WY, 828019638, 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, specifically the Forest Service, is soliciting proposals for the Crazy Woman Creek Corridor Updates project, which includes critical repairs to Forest Service Road 33 in the Bighorn National Forest, Wyoming. The primary objectives of this procurement involve the replacement of a bridge at milepost 1.70, along with optional rehabilitation work on additional bridges and road segments, as well as culvert replacements, all aimed at enhancing transportation infrastructure and ensuring compliance with federal standards. This project is significant for maintaining safe and reliable access within the national forest, reflecting the government's commitment to infrastructure integrity and environmental stewardship. Interested contractors must submit sealed bids by October 3, 2024, with a performance period set from January 1, 2025, to July 1, 2026. For further inquiries, potential bidders can contact Mark Reed at mark.reed@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document under review appears to involve a digital communication issued by a government official named Jeffrey Black, which was signed electronically. The context suggests it relates to a formal process, likely within federal RFPs or grant applications. However, the content of the document is sparse, lacking detailed information about specific projects, grant opportunities, or requests for proposals. The main purpose seems to emphasize formal acknowledgment of submissions or communications affiliated with ongoing federal or state/local initiatives. The involvement of digital signatures indicates adherence to contemporary standards in secure communication practices within government operations, ensuring authenticity and integrity. Unfortunately, without further context or details, it is difficult to ascertain specific project goals, funding opportunities, or timelines. The document's limited information highlights the importance of comprehensive documentation in government proposals, paving the way for enhanced transparency and accountability in federal and local cooperation. Overall, it underscores the procedural formalities essential to government contracting and grant management.
    The document appears to contain a digital signature from an individual named Jeffrey Black, dated September 12, 2024. While the file itself does not provide explicit content or details regarding a specific RFP, federal grant, or related government procurement information, the presence of the signature indicates a formal or official action may have been taken or is being recorded. It is important to note that a digital signature typically serves to authenticate the identity of the signer and confirm the integrity of the document. The context suggests a potential involvement with government contracts or grants, emphasizing the importance of secure communications and verifiable processes within government operations. Overall, the document reflects a procedural element related to administrative practices within federal, state, or local government structures.
    The document is an amendment to a federal solicitation issued by the USDA Forest Service, modifying the original offer requirements. The amendment stresses the importance of acknowledging receipt of the amendment in various ways—either by including it on offer copies or through separate communication—failing which, offers may be rejected. Additionally, the amendment adds a new provision, FAR 52.228-1 Bid Guarantee, which stipulates that bidders must provide a bid guarantee in the form of a bond or other financial instruments, up to 20% of the bid price or a cap of $2 million, to ensure compliance upon bid acceptance. If a successful bidder fails to execute the necessary documents within a specified period, the contract may be terminated for default, holding the bidder financially accountable for any additional costs incurred by the government. The effective period for the project is set from January 1, 2025, to July 1, 2026. This amendment is critical in ensuring the integrity of the bidding process within federally funded projects, emphasizing financial security and compliance from participants.
    This document is an amendment to a government solicitation issued by the USDA Forest Service, specifically addressing changes to a contract related to the Great American Outdoors Act (GAOA). The main purpose of the amendment is to extend the due date for bid submissions from October 3, 2024, to October 10, 2024, and to modify the due date for the accompanying Performance Questionnaire to October 3, 2024. It stipulates that contractors must acknowledge the receipt of this amendment with their proposals to be considered eligible. The period of performance for the contract is set from January 1, 2025, to July 1, 2026. The amendment addresses procedural requirements for acknowledging and altering proposals and specifies that, apart from these changes, all other terms and conditions remain unchanged. This amendment is indicative of the procedural aspects typical in federal RFPs, ensuring compliance and clear communication among involved parties.
    This document outlines two proposed infrastructure projects involving bridge and culvert replacements, along with roadway rehabilitation on Crazy Woman Creek, Road No. 33. The primary tasks include the construction of a new bridge, the replacement of existing culverts, and road improvements across multiple locations, identified as areas 1 through 7. Each section details various bid items, methods of measurement, quantities, and bidding costs for construction activities such as mobilization, soil erosion control, structural excavation, and materials procurement, with specific attention to environmental safety measures. Additionally, the document stipulates that bidders must provide unit prices and adhere to federal regulations for bid submissions. The projects emphasize compliance with environmental standards and require thorough documentation of pricing to ensure transparency and reasonableness in contractor bids. This proposal reflects the government’s commitment to maintaining and improving transportation infrastructure while managing fiscal responsibility through structured bidding processes.
    The document outlines a Request for Proposal (RFP) for construction projects on Crazy Woman Creek, detailing various bridge and roadway improvements across multiple areas. Key projects include a proposed bridge replacement (Area 1), bridge rehabilitation (Area 2), roadway rehabilitation (Areas 3, 4, and 7), and culvert replacements (Areas 5 and 6). Each section consists of a comprehensive bid schedule listing pay items, descriptions, methods of measurement, unit quantities, and costs, ensuring bidders submit prices for all listed items. It emphasizes the need for compliance with government regulations, such as unit price consistency and potential additional information requests in evaluating bids. The tone is formal, with focus on adherence to Federal Acquisition Regulations, thereby underscoring the importance of transparency, accountability, and competitiveness in public procurement processes. Overall, the RFP showcases the government's commitment to infrastructure upgrades and ecological considerations through soil erosion control measures, ensuring long-term sustainability of local transportation networks.
    The document details the proposed bridge replacement plans for the Crazy Woman Creek Corridor, including road and structural adjustments on National Forest System Road 33 in Johnson County, Wyoming. It outlines the project’s general notes, estimated quantities, design specifications, and technical requirements mandated by the U.S. Department of Agriculture Forest Service. The bridge, spanning 60 feet, is designed for HL-93 loading standards and must accommodate a 100-year flood event with adequate freeboard. Key construction elements include the removal of an existing bridge, soil erosion control, structure excavation, and installation of treated structural timber. Specific dimensions for road grading, riprap requirements, and geotechnical evaluations are provided to ensure compliance with Federal Highway Administration standards. This document serves as a comprehensive guide for contractors responding to the RFP, defining expectations for project execution to ensure safety, environmental protection, and structural integrity during construction.
    The document outlines the proposed plans for the Crazy Woman Creek Corridor upgrades, specifically focusing on the replacement of a bridge along NFSR 33 in Wyoming's Bighorn National Forest. The project includes detailed engineering and design specifications for constructing a new bridge, ensuring compliance with federal standards and regulations. Key aspects of the plans include geotechnical evaluations, hydrology considerations for flood management, and the necessary structural materials specified, such as treated Douglas-fir lumber and structural steel conforming to AASHTO standards. Moreover, it details measures for excavation, backfilling, and erosion control, aligning with established federal specifications for roadway construction. The comprehensive plans also incorporate environmental protections and sustainable practices to minimize impacts during construction. Ultimately, this project's completion will enhance infrastructure integrity within the national forest, facilitating improved transport and access while adhering to safety regulations and ecological considerations set forth by the U.S. Forest Service.
    The Crazy Woman Creek Corridor Upgrades project in the Bighorn National Forest, Wyoming, involves significant bridge rehabilitation on NFSR 33 at mile post 4.21. This initiative entails detailed construction plans adhering to federal and forest service specifications, focusing on concrete repairs, guardrail installation, and bridge rail replacement. Key tasks include removing deteriorated materials, restoring concrete surfaces, and installing new guardrails with safety markers. The project emphasizes compliance with engineering standards, including traffic control and excavation planning. Estimated quantities are provided for various construction pay items, such as mobilization, concrete repair, and temporary traffic control. Overall, this project represents a concerted effort by the U.S. Department of Agriculture Forest Service to enhance infrastructure safety and longevity in accordance with environmental standards and regulations.
    The Crazy Woman Creek Corridor upgrades project involves significant rehabilitation efforts along NFSR 33, MP 4.21, in the Bighorn National Forest, Wyoming. It includes concrete repairs, guardrail installations, and bridge rail replacements, all compliant with federal and state specifications. The project emphasizes adhering to the Federal Highway Administration standards, the Forest Service Special Specifications, and ensuring temporary traffic control. Key tasks include excavation planning, concrete repair methodologies, and thorough inspections to maintain quality. The document outlines various pay items with detailed quantities, ensuring adequate budgeting. With specific engineering notes and procedural guidelines, this project aims to enhance safety and structural integrity along crucial transportation routes within federal lands, reflecting a commitment to infrastructure improvement and environmental stewardship.
    The document outlines the proposed roadway rehabilitation plans for the Crazy Woman Creek Corridor upgrades in Johnson County, Wyoming, specifically along National Forest System Road (NFSR) 33. The project encompasses critical improvements at mileposts 4.29, 4.45, and 4.88 on the Bighorn National Forest. It details the construction specifications, including compliance with federal regulations and engineering standards set by the USDA Forest Service and Federal Highway Administration. Notably, the project involves installing gabion basket retaining walls and cross drain culverts alongside road surface gravel provisions. Key construction tasks include vegetation removal, excavation, structural backfilling, and culvert installation. The document also specifies the materials sourced from government-designated locations and emphasizes environmental considerations such as erosion control and stockpiling of vegetation. Detailed quantities of each element needed for various construction activities are provided to facilitate accurate bidding in line with state and federal grant requirements. This infrastructure project aims to improve road safety and durability, ensuring compliance with local land management plans while addressing governmental regulatory needs for project execution.
    The Crazy Woman Creek Corridor Upgrades project involves the rehabilitation of NFSR 33 in the Bighorn National Forest, Wyoming. This endeavor focuses on enhancing roadway stability and functionality along specified mileage points, including the construction of gabion basket walls and cross drain culverts to manage erosion and improve drainage. The project is directed by the U.S. Department of Agriculture Forest Service and adheres to federal standards for construction of roads and bridges. Key activities include the removal of existing infrastructure, installation of new gabion baskets, and the use of government-supplied road surfacing materials. The contractor is required to submit excavation plans and follow environmental protocols for vegetation removal and soil management, ensuring compliance with OSHA regulations. Circle points of measurement and construction details are meticulously outlined, providing a comprehensive index to the project plans. The summary of estimated construction quantities describes various pay items with their corresponding measurement methods and quantities required for different construction tasks. Overall, this project emphasizes technical compliance, environmental stewardship, and structural integrity, reflecting federal priorities in infrastructure rehabilitation.
    The document outlines the proposed replacement plans for the Crazy Woman Creek Bridge, NFSR 33, located in the Bighorn National Forest, Johnson County, Wyoming, as part of federal infrastructure improvements. The project includes the construction of a new bridge designed to meet specific federal and state engineering standards, including compliance with the Federal Highway Administration's specifications. Key components of the project include structural excavation, installation of new bridge components, and proper site erosion control. Quantitative details reflect estimated quantities of materials such as treated structural timber, riprap, and steel members required for construction. The specifications detail requirements for geotechnical evaluation, hydrology considerations for flood management, and reinforcement standards for concrete and steel. Additionally, the document emphasizes the importance of maintaining ecological standards during construction, such as erosion control and the management of disturbance to existing vegetation. Overall, this project represents a critical investment in infrastructure aimed at ensuring safe and reliable transportation across the region while adhering to regulatory and technical standards expected in federal and state projects. The bridge replacement is expected to enhance local access, safety, and environmental compliance following best practices in construction and engineering.
    The document outlines the Supplemental Specifications for the Crazy Woman Creek Bridge Replacement and Corridor Upgrades project in the Big Horn National Forest, Wyoming. Its primary purpose is to provide detailed guidelines for contractors on the execution of the project while ensuring compliance with Forest Service standards. Key components include definitions, scope of work, control of materials and work, contractor responsibilities, environmental protections, traffic management, and soil erosion control measures. The document emphasizes contractor qualifications, quality control procedures, traffic management plans, and specific construction techniques such as erosion control and placement of structural materials. Additionally, it mandates rigorous inspection protocols and inspection records to ensure that contracted work meets specified standards. Provisions are included for mobilization, construction site access, erosion control methods, and the proper disposal of materials. The guidelines highlight the importance of minimizing environmental impact, protecting public safety during construction, and adhering to agency-specific regulations. This comprehensive set of specifications reflects the government's efforts to maintain public infrastructure while ensuring environmental stewardship.
    This document outlines the federal wage determination for highway construction projects in Wyoming, effective January 5, 2024, and applicable to various counties within the state. It establishes the minimum wage requirements under the Davis-Bacon Act and specifies the applicable Executive Orders on wage rates. Contractors are required to pay covered workers at least $17.20 per hour if contracts are entered into after January 30, 2022, or $12.90 for contracts awarded between January 1, 2015, and January 29, 2022. The document details wage rates and classifications for various labor categories, including carpenters, electricians, laborers, and equipment operators. It also highlights regulations regarding worker protections, including the provision of paid sick leave under Executive Order 13706, mandating contractors to provide sick leave for employees based on hours worked. The summary of labor classifications provides insights into prevailing wages in the surveyed region, including union and survey rate identifiers, ensuring compliance with current labor standards. The document also explains the appeals process for any disputes regarding wage determinations, emphasizing the role of the Wage and Hour Division of the U.S. Department of Labor. This information is crucial for contractors seeking to comply with federal labor laws in funded highway projects.
    The document details RFP 1282B124R0067, focused on road construction for Crazy Woman Road under the Forest Service. It outlines the performance evaluation process for potential contractors and emphasizes the importance of past performance questionnaires, which must be submitted via email by October 1, 2024. The questionnaire assesses several key areas, including the contractor’s experience with services such as earthwork, drainage, and road structure construction. Specific queries include the quality of workmanship, adherence to schedule, reliability, responsiveness to directives, and overall satisfaction with completed services. Business relations are also evaluated, covering management effectiveness and the ability to collaborate with government representatives. The purpose of this document is to ensure comprehensive assessment and selection of a contractor capable of completing the required road construction to federal standards, highlighting accountability and performance transparency.
    This solicitation (No. 1282B124R0083) by the USDA Forest Service seeks proposals for the construction and rehabilitation of the Crazy Woman Road FSR 33 in the Bighorn National Forest, Wyoming. The primary objective is to replace a bridge and perform additional work including road rehabilitation and culvert replacement. The project is classified as a 100% Small Business Set-Aside, with a cost estimate between $1,000,000 and $5,000,000. Interested contractors must submit sealed bids by October 3, 2024, with a performance period from January 1, 2025, to July 1, 2026. The solicitation emphasizes compliance with various environmental regulations, including the use of biobased products and a requirement for a spill prevention control plan. Potential bidders are encouraged to utilize domestic construction materials, adhering to the Buy American Act. A pre-bid tour is scheduled for September 10, 2024, to familiarize bidders with the site conditions. The proposal must address specific project specifications and include necessary performance and payment bonds. The Forest Service aims for timely and efficient completion while minimizing environmental impact, reflecting its commitment to sustaining natural resources and infrastructure.
    Lifecycle
    Title
    Type
    Similar Opportunities
    WY NPS YELL 10(26), Gardner River High Bridge
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NPS YELL 10(26) project, which involves the rehabilitation of the Gardner River High Bridge located 1.5 miles east of Mammoth, Wyoming. The project encompasses a range of construction activities, including lead-based paint removal, bridge painting, approach span replacement, deep patch repairs, guardwall construction, and joint replacement, all spanning a total length of 0.32 miles. This initiative is crucial for maintaining infrastructure within Yellowstone National Park and ensuring safe access for visitors, with an estimated contract value between $20 million and $30 million. Interested vendors should note that the solicitation is anticipated to be released in Winter 2025/2026, and they can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the reconstruction of Moose Wilson Road Phase 2 and Teton Park Road – Moose to Taggart Lake Trailhead in Teton County, Wyoming. The project involves extensive work including utilities, grading, asphalt and minor concrete pavement, roadway obliteration, and site improvements over a distance of 2.95 miles. This initiative is crucial for enhancing transportation infrastructure within Grand Teton National Park, ensuring improved access and safety for visitors. The estimated contract value ranges from $20 million to $30 million, with a tentative completion date set for Winter 2027. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be released in Fall/Winter 2025.
    WY NP YELL 15(3), Madison River Bridge Interim Repair
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NP YELL 15(3) Madison River Bridge Interim Repair project located approximately 5 miles east of West Yellowstone, Montana. This project involves the rehabilitation of a bridge over a length of 0.06 miles, including tasks such as mobilization, construction survey, quality control, earthwork activities, and minor bridge work, all aimed at enhancing infrastructure while adhering to federal safety and quality regulations. The contract is anticipated to be awarded in May-June 2025, with an estimated price range between $250,000 and $700,000, and interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    WY FLAP SHE 26(1), Red Grade Road, Phase 1
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY FLAP SHE 26(1) Red Grade Road, Phase 1 project in Wyoming. The objective of this procurement is to rehabilitate, widen, and realign approximately 2.6 miles of Red Grade Road to improve access to the Bighorn National Forest and Bureau of Land Management lands, addressing substandard roadway conditions and safety issues. This project is significant for enhancing infrastructure in mountainous terrain, with an estimated cost range of $10 million to $20 million and construction anticipated to begin in May 2026 and conclude by November 2027. Interested parties can contact Laura Slauter or Kelly Palmer at cflacquisitions@dot.gov for further information.
    WA ERFO FS MTBKR605 2022-1(3), Mt. Baker – Forest Road 11 MP 23.9 Repair
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the emergency repair of Forest Road 11 at Mile Post 23.9 in the Mt. Baker-Snoqualmie National Forest, located in Whatcom County, Washington. The project involves critical roadway repairs, including subexcavation, aggregate surfacing, and the installation of root-wad/riprap embankments, aimed at addressing a significant roadway failure. This infrastructure repair is essential for maintaining safe access and environmental protection within federal lands. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date set for Winter/Spring 2025 and a completion deadline by Fall 2026. Interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    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 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.
    ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is preparing to solicit bids for the rehabilitation of National Forest Service System Road 221 (ID FS NEZPR117 221(1)) located in Idaho County, Idaho. This project encompasses a comprehensive 29.7-mile rehabilitation effort, which includes pavement preservation, repair, subexcavation, and drainage improvements, with a tentative completion date set for Fall 2026. The estimated contract value ranges from $10 million to $20 million, and proposals will be accepted from a select group of six prime contractors as part of a Multiple Award Task Order Contract (MATOC) for the region. Interested vendors can obtain further details and preliminary plans by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the solicitation expected to be released in Winter 2025/2026.
    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.
    WA FLAP SKAMAN 92135(1), Wind River Road Slide Reconstruction
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Wind River Road Slide Reconstruction project (WA FLAP SKAMAN 92135(1)) located in Skamania County, Washington. The project involves the construction of retaining walls, installation and replacement of guardrails, culvert lining, and paving over a 0.3-mile stretch of road, aimed at addressing infrastructure challenges due to a slide. This initiative is crucial for enhancing road safety and infrastructure resilience in the area. The estimated contract value ranges from $5,000,000 to $10,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion target for Fall/Winter 2026. Interested parties can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.