Lincoln Woods Trail Reconstruction on the White Mountain National Forest
ID: 12445525B0009Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 13Atlanta, GA, 303092449, 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, Forest Service is soliciting bids for the Lincoln Woods Trail Reconstruction project located in the White Mountain National Forest, New Hampshire. This project aims to address slope stability issues and reconstruct the trail, with an estimated budget between $1 million and $5 million, while adhering to federal regulations including the Davis-Bacon Act. The reconstruction is vital for maintaining the integrity of the trail and enhancing public access to recreational areas, particularly following damage from historical flooding events. Interested contractors must submit their bids by July 24, 2025, to Brad Higley at bradley.higley@usda.gov, and ensure they are registered in SAM.gov to be eligible for award consideration.

    Point(s) of Contact
    Files
    Title
    Posted
    The Lincoln Woods Trail Reconstruction project, located in the White Mountain National Forest within Grafton County, New Hampshire, aims for completion by October 1, 2026. This document outlines a detailed schedule of items required for the project, specifying various construction activities and associated pay units, quantities, and spaces for unit prices and amounts. Key tasks include mobilization, soil erosion control measures (e.g., silt fences, turbidity curtains), clearing and grubbing, removal of existing structures (like a bridge), earthwork, and site grading. The project emphasizes environmental safeguards, including erosion controls. Contractors are advised that by signing, they accept all terms and conditions of the solicitation. The structured format allows for comprehensive assessment of costs while ensuring compliance with federal project standards, reflecting the government's commitment to infrastructure improvement and environmental protection. This procurement process highlights the procedural approach of government RFPs and the funding's strategic role in maintaining national forests.
    The Lincoln Woods Trail Reconstruction project in the Pemigewasset Ranger District, White Mountain National Forest, seeks bids for slope stabilization and trail reconstruction near Lincoln, New Hampshire. The project requires contractors to provide expertise, labor, and equipment to adhere to specific plans and regulatory standards. Estimated costs range from $1 million to $5 million, with work anticipated to start around November 1, 2025, and complete by October 1, 2026. Key components of the work include mobilization, coffer dam installation, slope stabilization, and restoration of disturbed areas. Contractors must utilize environmentally preferable materials and implement erosion control measures throughout the project. Additionally, safety protocols are critical, including spill prevention and careful handling of hazardous materials. The government has secured necessary permits, with the contractor responsible for additional permits. Landscape preservation and operation coordination to minimize environmental impact are essential guidelines. The project will close the Lincoln Woods Trail to public access during construction. The contractor's operational responsibilities emphasize adherence to regulations, timeline submission, and communication regarding any project changes.
    The Lincoln Woods Trail Slope Stability Project, overseen by the U.S. Department of Agriculture's Forest Service, aims to address slope stability issues along the Lincoln Woods Trail in Grafton County, New Hampshire. The project encompasses detailed planning with specific sheet indices covering project notes, existing conditions, site plans, erosion control measures, and cross-sections. A variety of erosion control measures, including temporary culvert pipes, silt fences, and stabilized construction exits, will be implemented to prevent soil erosion during construction. Additionally, tasks such as clearing, grubbing, excavation, and grading are outlined, reflecting the comprehensive nature of site preparation. The document highlights various construction materials and quantities required for the project, demonstrating a well-structured approach to forest trail management. Overarching project elements include ensuring compliance with environmental protection standards and employing necessary civil detail plans, all directed at maintaining the integrity of the surrounding forest ecosystem while enhancing the accessibility and safety of the trail. The initiative is vital for sustaining forest health and providing safe recreational opportunities for the public.
    The White Mountain National Forest's Lincoln Woods Trail Reconstruction project is governed by the FP-14 Supplemental Specifications. This document outlines detailed guidelines for project execution, including definitions of terms, bid processes, scope of work, material control, quality assurance, and environmental protections concerning soil erosion and public traffic management. Key sections emphasize the responsibilities of contractors, specifications for construction materials, and compliance with safety and health regulations. Provisions for public traffic management ensure minimal disruption during construction, requiring adherence to the Manual on Uniform Traffic Control Devices (MUTCD) guidelines. Additionally, contractors must develop and submit an erosion control plan 30 days prior to construction, maintaining strict control measures to mitigate sedimentation. The document establishes quality control standards, mandating qualified personnel and comprehensive record-keeping throughout the project. Overall, these specifications aim to ensure efficient, safe, and environmentally responsible construction practices, aligning with federal regulations and standards for public sector RFPs and grants.
    The U.S. Army Corps of Engineers (USACE) reviewed an application submitted by Derek Ibarguen of the White Mountain National Forest for a project aimed at stabilizing the East Branch Pemigewasset River's bank and the Lincoln Woods Trail. The proposal involves permanent and temporary fill with specified linear impacts on streams. The project is authorized under New Hampshire General Permit #9, with conditions that include submitting a compensatory mitigation plan for stream restoration, monitoring for success over five years, and ensuring compliance with environmental protections. Work must not occur from October 1 to July 5 to safeguard fish habitats, with strict erosion controls mandated. All conditions must be met, including notifications before work commencement and after completion. The authorization remains valid until September 29, 2028, and requires adherence to additional federal and state permits. Overall, this document emphasizes regulatory compliance and ecological considerations for infrastructure projects impacting U.S. waters.
    The Lincoln Woods Trail Reconstruction project at White Mountain National Forest aims to rehabilitate the trail near the Lincoln Woods Visitors Center, located off NH Route 112. The initiative focuses on enhancing the trail's infrastructure to improve accessibility and visitor experience. Key elements include surveying the trail's current condition, planning for necessary reconstructive work, and ensuring compliance with environmental and safety standards. By restoring this trail, the project underscores the federal government’s commitment to maintaining natural recreational spaces while promoting sustainable practices in public land management. Overall, it serves as a vital investment in enhancing outdoor recreational opportunities and preserving the ecological integrity of the area.
    The document outlines the wage determination for federal projects in Grafton County, New Hampshire, specifically regarding highway construction contracts subject to the Davis-Bacon Act. It includes minimum wage requirements in accordance with Executive Orders 14026 and 13658, effective January 30, 2022. Contractors must compensate workers at a minimum rate of $17.75 per hour for applicable contracts or $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, unless otherwise noted. The document lists specific wage rates and fringe benefits for various job classifications, such as carpenters, laborers, operators, and welders, with additional notes on classification and appeal processes for wage determinations. It emphasizes that all contracts awarded on or after January 1, 2017, must comply with Executive Order 13706, providing paid sick leave for federal contractors. Additionally, it touches upon how to appeal wage determination decisions, detailing the processes and contact information for relevant departments. This document serves as a crucial reference for contractors to ensure compliance with federal wage legislation for government contracts.
    Sanborn, Head & Associates, Inc. has prepared a Geotechnical Engineering Report for Enman Kesselring Consulting Engineers to support the Lincoln Woods Trail Reconstruction project in Lincoln, NH. The report outlines the findings from subsurface explorations, which include test borings and geophysical surveys, and provides recommendations for slope stabilization and construction considerations. After evaluating subsurface conditions comprising topsoil, sand, gravel, and granite bedrock, the report recommends methods for slope repair, including regrading and the installation of stone fill blankets or anchored mesh systems. The project aims to address damage caused by historical flooding events that compromised the trail’s integrity. Construction monitoring by Sanborn Head is advised to ensure compliance with the report’s recommendations. The report serves as a critical tool for the successful execution of the reconstruction design, reflecting federal guidelines and structural safety standards, emphasizing the importance of thorough geotechnical assessment in enhancing infrastructure resilience in public spaces.
    The document outlines the scope of a proposed reconstruction project for the Lincoln Woods Trail in the Pemigewasset Ranger District of the White Mountain National Forest, dated January 24, 2023. Central to the initiative is the reconstruction of the East Side Trail, which has suffered washout conditions. Key components of the project include the establishment of material stockpiles, vehicle turnarounds, and site access along Pemi East Side Spur B and Pemi East Side Road, the latter serving as a replacement for the washed-out East Side Trail. The document indicates designated areas to be used for project necessities while maintaining a 10-foot buffer on either side of existing roads or trails. The proposal is indicative of federal efforts to restore and maintain forest infrastructure, ensuring compliance with environmental management practices. The document serves as a preliminary overview for stakeholders and potential contractors involved in state and local RFP processes related to environmental reconstruction projects.
    The document is a bid abstract for a government solicitation (NO. 12445525B0009), summarizing offers received from multiple vendors in response to a federal Request for Proposal (RFP). The abstract details proposals from various offerors, including Kee Solutions LLC and Koveilic, with their respective bid amounts for several line items associated with the project. The bid items include diverse unit prices for services or products, along with the estimated quantities and total amounts proposed by each vendor. The bid evaluation captures amendments acknowledged by bidders, acceptance times, and business size classifications. The total bid amounts from different vendors illustrate a wide range of pricing, reflecting competitive bidding in accordance with government procurement processes. The document serves to inform the issuing office of the various proposals and their compliance with the solicitation requirements, underscoring its importance in the context of federal grants and local RFPs aimed at enhancing government project execution through competitive offers.
    The document outlines the Request for Proposals (RFP) for the Lincoln Woods Trail Reconstruction project located in White Mountain National Forest, New Hampshire. The solicitation number is 12445525B0009, with a project estimate between $1,000,000 and $5,000,000, requiring bids by a specified deadline. It requires contractors to submit signed Standard Form 1442 and other pertinent documentation, acknowledging amendments and providing a bid guarantee if applicable. Key components of the project involve trail reconstruction and slope stabilization work, which includes necessary site preparations and restoration efforts. Contractors must be registered on the System for Award Management (SAM) and meet various bonding requirements for performance. A mandatory pre-bid meeting is scheduled to address any contractor inquiries. The document specifies compliance with numerous federal regulations, including labor standards and small business considerations. It mandates that all offers be submitted electronically to the contracting officer, Erin Garcia, emphasizing clarity in communications regarding the proposal's specifications. The overall intent is to engage qualified firms for a construction project that adheres to regulatory standards while ensuring the effective management of federal funds.
    The document outlines the amendment for the Lincoln Woods Trail Reconstruction project, specifically Amendment 0001. Key details include a pre-bid meeting on June 12, 2025, and an extension of the bid closing date to July 21, 2025, at 5:00 PM Eastern. The amendment also contains responses to pre-bid questions from contractors regarding site clearing limitations, trail corridor dimensions, tree cutting coordination, and material usage. Notably, tree cutting is restricted to specific dates, and contractors must coordinate with the Contracting Officer's Representative (COR) for permissions. Furthermore, the document specifies that the completion date has been extended to October 29, 2027, allowing flexibility around regulatory constraints. A geotechnical report and a map have been added to the solicitation. Overall, the amendment maintains the original terms while clarifying project conditions and extending deadlines to accommodate contractor inquiries and concerns.
    The document pertains to Amendment 0002 of solicitation 12445525B0009 for the WMF Lincoln Woods Trail Reconstruction project. It primarily outlines the changes made due to the amendment, notably extending the bid due date and bid opening date to July 24, 2025, at 1:00 p.m. Eastern Time. It specifies that bids must now be submitted to Bradley Higley via email, replacing the previous contact, Erin Garcia. The amendment also clarifies that all other terms and conditions of the original solicitation remain unchanged. Importantly, it emphasizes that acknowledgment of the amendment is mandatory for bids to be considered, which can be done through various specified methods. The document reflects standard procedures in government contracting, ensuring compliance with administrative requirements, and maintaining a clear communication channel with contractors. Overall, this amendment serves to inform potential bidders of critical changes while reinforcing the importance of adhering to specified protocols in the bidding process for federal government contracts.
    Similar Opportunities
    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 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 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.
    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.
    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 OLYM 115(1) , Repair Storm Damage on Mora Road
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP OLYM 115(1) project, which involves repairing storm damage on Mora Road within Olympic National Park, Clallam County, Washington. The project aims to stabilize embankments using riprap and engineered log jams over a 0.1-mile stretch, incorporating essential construction activities such as erosion control, roadway excavation, and ecological restoration elements like fish passage boulders and log barriers. This initiative is crucial for maintaining infrastructure integrity and environmental health in the park. The estimated contract value ranges from $2,000,000 to $5,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion target by 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.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico, which involves maintenance work across various national parks and monuments. The project includes tasks such as crack sealing, patching, chip seal application, micro surface treatments, and pavement marking over a total length of 33.49 miles, with an estimated completion date in Winter 2025. This initiative is crucial for maintaining infrastructure and ensuring the safety of public roadways while preserving national heritage sites. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or by phone at 360-619-7520, with the estimated project cost ranging between $5 million and $10 million and anticipated solicitation in Fall 2025.
    VA NP BLRI 1K1 - Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Division, is soliciting bids from certified Small Business Concerns for the VA NP BLRI 1K1 project, which involves pavement rehabilitation along a 3-mile segment of the Blue Ridge Parkway in Bedford County, Virginia. The project encompasses full-depth reclamation, drainage improvements, signage installation, and other miscellaneous work, with an estimated total cost ranging from $4,000,000 to $7,000,000. This initiative is crucial for enhancing the infrastructure and safety of the parkway, ensuring compliance with federal and state regulations. Interested bidders must register in the System for Award Management (SAM) and submit their bids electronically, with bid documents expected to be available around November 20, 2025. For further inquiries, contact Michael Sun or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    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.
    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.