USFS - 127EAW25R0004 - Upper Silver Creek Trail Bridge Replacement
ID: 127EAW25R0004Type: 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's Forest Service is soliciting proposals for the Upper Silver Creek Trail Bridge Replacement project located in Stanislaus National Forest, California. This project aims to replace a collapsed timber bridge, necessitated by excessive snow loads in 2023, and is set aside exclusively for small businesses, with a budget estimated between $100,000 and $250,000. The successful contractor will be responsible for executing the project while adhering to safety, quality, and environmental standards, with construction expected to be completed within 200 calendar days post-award. Proposals must be submitted electronically by January 24, 2025, and all inquiries should be directed to Contract Specialist Tanya Torres at tanya.torres@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA is initiating the Upper Silver Creek Trail Bridge Replacement project following the collapse of the original bridge due to excessive snow loads in 2023. The project involves replacing the failed timber bridge with a new prefabricated steel truss superstructure, along with necessary repairs to existing concrete abutments. Located in the Lake Alpine Recreation Area, California, this project aims to minimize disruption to public access during construction, ensuring ongoing visitor use of adjacent facilities. The contractor is responsible for mobilization, project execution, and the acquisition of necessary permits while adhering to safety measures for public protection. Work is scheduled to commence in September 2025, dictated by a timeline that considers high visitor use in the area. Preparations for off-site activities like design and fabrication will begin following the Notice to Proceed. The attached documentation includes project plans, detailed specifications, best management practices for environmental compliance, and a site map, emphasizing a commitment to safety and quality in delivering the project within fiscal year 2025. This project highlights the USDA's proactive measures in maintaining and enhancing national forest infrastructure.
    The document outlines the plan for the replacement of the Upper Silver Creek Bridge, detailing potential staging areas for the project. Two staging locations are identified: Staging Area 1, located within the Chickaree Day Use Area using a portion of its parking lot, and Staging Area 2, situated at the Pine Marten Campground, specifically at sites 14 and 16. The bridge's locality is highlighted, indicating its proximity to Highway 4 and the Lake Alpine Recreation Trail. This technical document serves to inform stakeholders about the logistical considerations for the replacement operation, emphasizing site selection necessary for project execution. Overall, it reflects a strategic approach towards infrastructure development in alignment with local recreational areas.
    The document appears to be a formal approval or acknowledgment involving two individuals, Darrell Pereira and Leonard Job, who digitally signed off on a certain action or agreement on September 5, 2024. However, the main content, topic, or purpose surrounding these signatures is not provided in the file. As there are no additional details or context about federal RFPs, grants, or state/local RFPs included, the document lacks specific information regarding opportunities, funding initiatives, or requirements that typically characterize such government files. This summary highlights the procedural aspect of the approval process in a government context but lacks substantive details that could define strategies or objectives tied to public funding or requests for proposals.
    The document outlines the Supplemental Specification for Timber Structures under Section 557, detailing guidelines for the fabrication, treatment, erection, and painting of structural timber. Key materials are specified, including crushed aggregate, elastomeric bearings, and various types of treated timber. Compliance certificates must be presented upon delivery, verifying grading, preservation treatment, and conformance to specific standards. The construction procedures include general excavation, material protection methods, and meticulous joint fabrication without shims. Treated and untreated timber handling, drilling standards, hardware specifications, and detailed framing processes for structures such as posts, bents, and floors are thoroughly described. Special emphasis is placed on the treatment of cut surfaces and the prevention of environmental contamination during handling. The document also addresses measurement and payment processes for timber quantities, ensuring that all specifications are followed to ensure safety, compliance, and quality in timber construction projects. Overall, the purpose of this specification is to provide clear and precise standards for contractors to adhere to in order to maintain structural integrity and environmental safety for timber structures in various government-funded projects.
    The "Fire Plan for Construction and Service Contracts," dated August 2, 2012, outlines essential fire prevention and suppression strategies for contractors operating within designated contract areas in California. It specifies the contractor's responsibilities, including adherence to the fire plan, employee training, and fire equipment maintenance. Contractors must appoint a qualified fire supervisor, maintain fire tools and equipment, and comply with specific fire safety regulations during the Fire Precautionary Period, defined as April 1 through December 1. The document details necessary fire tools, equipment requirements, inspections, and emergency procedures. It emphasizes adherence to California state law regarding fire safety and mandates communication protocols to report any fires promptly. The plan incorporates a Project Activity Level (PAL) system that adjusts operational restrictions based on fire hazard assessments, encompassing various activity levels from A to E. Restrictions include limitations on mechanical operations and specific equipment requirements related to fire control, ensuring all operations consider fire risk management. This comprehensive fire management plan underscores the federal government's commitment to ensuring safe operational practices in environmentally sensitive areas, guiding contractors in effectively mitigating fire-related risks during their activities.
    The document is a Request For Information (RFI) form related to the Upper Silver Creek Trail Bridge Replacement project within the Stanislaus National Forest. It outlines procedures for submitting inquiries about the solicitation and emphasizes that such inquiries must be directed in writing to the designated Contract Specialist, Tanya Torres, at the provided email address. Telephone inquiries are explicitly prohibited. The form invites respondents to specify their questions concerning either the evaluation factors or the technical requirements of the project. Each RFI response will be addressed in the form of amendments to be published on SAM.gov. The structured format allows for clear categorization of multiple inquiries, ensuring a systematic approach to gathering information before proposal submissions. This RFI serves as a preliminary step in the procurement process, ensuring potential contractors understand the project's requirements and facilitating clear communication between the government and interested parties.
    The USDA Forest Service issued a pre-solicitation notice for the Upper Silver Creek Trail Bridge Replacement project in the Stanislaus National Forest, aimed at replacing a failed trail bridge. This project includes modifications to existing abutments along with the design, fabrication, delivery, and installation of a new steel truss bridge. It emphasizes compliance with specified terms and conditions. The project is located near Lake Alpine in California, with an estimated contract range between $250,000 and $500,000, and is designated as a total small business set-aside under NAICS code 237310 for highway, street, and bridge construction. The solicitation is expected to be posted around January 10, 2025, on SAM.gov, where interested parties must monitor for updates. Bidders must be registered in the System for Award Management (SAM) and possess a Unique Entity Identifier (UEI) and CAGE Code numbers to be eligible for contract awards. Contact for further inquiries is provided. The notice serves to prepare contractors for the upcoming solicitation process and convey essential project details while clarifying that no proposals are required at this stage.
    The U.S. Department of Agriculture (USDA) Forest Service has issued a solicitation for the Upper Silver Creek Trail Bridge Replacement project in Stanislaus National Forest, California, with an estimated budget of $100,000 to $250,000. The project, aimed at replacing a collapsed bridge due to snow loads in 2023, is set aside for small businesses and requires proposals to be submitted electronically by January 24, 2025. Key proposal components include a signed offer, price and technical proposals, relevant past performance, and a detailed work plan. All submissions must adhere to specified page limits and formatting instructions. Contractors are expected to provide comprehensive technical details, including personnel qualifications and safety plans. The contract will require performance and payment bonds, and invoicing must be processed via the Treasury's Invoice Processing Platform. The goal is to ensure adherence to quality, safety, and environmental standards during the construction phase, which must be completed within 200 calendar days post-award. Overall, this solicitation emphasizes the USDA's initiative to enhance outdoor recreational infrastructure while promoting small business participation and compliance with federal regulations.
    Similar Opportunities
    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.
    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.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Tule Property Clearing project located in Porterville, California. This contract, valued at $19 million, involves comprehensive site preparation services, including refuse cleanup, well and fence removal, and environmental compliance measures, with a performance period from March 31, 2026, to December 31, 2026. The project is critical for clearing encumbrances in support of the Tule River Spillway Enlargement Project, ensuring environmental safety and compliance with federal regulations. Interested small businesses must submit their proposals by January 27, 2026, and direct any inquiries to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
    Polaris Snowmobile Sierra NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of a 2025 Polaris Ranger Crew XP 1000 snowmobile for the Sierra National Forest Bass Lake Ranger District. The primary objective is to enhance operational capabilities in managing national forest resources through the acquisition of this advanced vehicle, which features an 82 HP ProStar 4-Stroke engine, advanced drivetrain capabilities, and various safety and comfort features. Proposals must be submitted by December 18, 2024, with questions accepted until December 13, 2024; interested parties should contact Tammy Perrine at tammy.perrine@usda.gov for further information. This procurement is set aside for small businesses under NAICS code 336999, with a size standard of 1,000 employees.
    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.
    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.
    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.
    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.
    Humboldt-Toiyabe National Forest Prospectus for Campground and Related Granger-Thye Concessions
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking applications for a concession campground special use permit within the Humboldt-Toiyabe National Forest, starting January 1, 2027, for a duration of five years with a potential five-year extension. The opportunity involves the operation and maintenance of government-owned recreation facilities, covering 19 developed recreation sites across the Bridgeport and Carson Ranger Districts, with an average gross revenue of approximately $680,680.31 over the past three years. Interested applicants must submit a detailed proposal by March 2, 2026, which will be evaluated based on their operating plan, business experience, financial resources, and proposed fees, with a minimum annual fee set at $31,379.36. For further inquiries, potential applicants can contact Chris Eddy, Recreation Management Specialist, at christopher.eddy@usda.gov or by phone at 775-431-7660.