127EAW25R0009 - West Camino Cielo Road Repairs
ID: 127EAW25R0009Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA SOUTHWEST 6Albuquerque, NM, 871023498, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the West Camino Cielo Road Repairs project located in Santa Barbara, California. This project entails pothole patching and chip sealing over 6.72 miles of existing roads within the Los Padres National Forest, with a total estimated cost between $1,000,000 and $5,000,000. The initiative is crucial for enhancing road infrastructure while ensuring compliance with environmental and safety regulations, as contractors will be responsible for managing traffic control, adhering to fire management plans, and preventing the spread of invasive species during construction. Proposals are due by April 15, 2025, at 1:00 PM PDT, and interested parties should direct inquiries to Greg Cunningham at gregory.cunningham@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The project outlined in this document focuses on pothole patching and chip sealing for 6.72 miles of existing chip-sealed roads located on West Camino Cielo, Santa Barbara County. The contractor is responsible for providing all necessary resources, including equipment, labor, and materials, while adhering to specific road construction standards and local safety regulations. A mandatory site visit is encouraged for bidders to fully understand project specifics and site conditions, with an expected start date of May 1, 2025, and a completion deadline of 120 calendar days from the issuance of a “Notice to Proceed.” Additionally, the contractor must manage traffic control and repair any damage caused during construction, ensure compliance with fire management plans, and prevent the spread of invasive species by cleaning equipment prior to entering forest lands. Detailed specifications reference federal road construction standards and supplemental Forest Service guidelines, emphasizing the project's structured governance aimed at maintaining environmental and safety standards throughout the execution. Overall, this RFP represents an initiative to enhance road infrastructure while ensuring alignment with regulatory and ecological requirements.
    The United States Department of Agriculture (USDA), specifically the United States Forest Service (USFS), has issued a pre-solicitation notice for a Request for Proposal (RFP) concerning road repairs on West Camino Cielo Road in Santa Barbara County, California. The project involves pothole patching and chip sealing over 6.72 miles of an existing chip sealed road, with an estimated cost between $1,000,000 and $2,000,000. The RFP will be available on SAM.gov around March 14, 2025, and will include all specifications and details necessary for interested small business contractors, who must be SAM certified, to submit proposals. While there is no scheduled site visit, relevant information regarding a site visit will be included in the solicitation if needed. The appropriate NAICS code for this project is 237310, related to highway, street, and bridge construction. Contractors are encouraged to register on beta.sam.gov to access the formal solicitation upon its release. Gregory Cunningham serves as the primary point of contact for inquiries.
    The document serves as a Request for Information (RFI) regarding roadway repairs on West Camino Cielo. It outlines various inquiries from contractors about the project and the corresponding responses from the U.S. Forest Service (USFS). Key topics include the removal of obstacles like large boulders, staging areas for equipment, slope stabilization concerns due to unstable materials, and vegetation management. The USFS clarifies that boulders should be removed and strategically placed, staging is permitted in certain areas, and excavation debris can be reused onsite. Questions about traffic control indicate that road closures for public access are not feasible, emphasizing the need for traffic monitoring during work hours. Clarifications on technical specifications, including distances for vegetation cutting and handling of materials, ensure that contractors understand project parameters appropriately. The document reflects the collaborative nature of federal RFP processes, providing necessary details for contractors while highlighting the importance of adhering to safety and environmental considerations throughout the repair project.
    The document outlines a federal solicitation (number 127EAW25R0009) for the construction project "West Camino Cielo Road Repairs" under the USDA Forest Service, with an estimated project cost between $1,000,000 and $5,000,000. The project involves pothole patching and chip sealing over 6.72 miles of existing road within the Los Padres National Forest. It is set aside for small businesses, and proposals must be submitted by April 15, 2025. Contractors are required to begin work within 10 days of receiving the notice to proceed and complete it within a 120-day timeframe. Key requirements include compliance with technical specifications, submission of a bid guarantee, and furnishing performance and payment bonds. The document emphasizes the necessity for contractors to inspect the project site independently and outlines protocols for inquiries and pre-proposal documentation submission. It also includes a set of clauses that govern contract administration and special requirements regarding emergencies, equipment cleaning, and fire prevention. The solicitation serves as a formal request for proposals, aiming to engage qualified contractors to enhance road safety and infrastructure.
    This government document outlines a Request for Proposal (RFP) for base construction projects, detailing various construction items and corresponding unit prices, quantities, and total costs for required tasks. Key items include mobilization, contractor testing, soil erosion and pollution control, roadway excavation, subbase installation, and asphalt concrete pavement patching. The document emphasizes that contractors must conduct their field verification of estimated quantities to comply with specifications. Additionally, it highlights that incidental work not explicitly listed in the pay items will not be paid separately and that proper disposal of old materials is required. A single award will be granted from this solicitation, necessitating submission of pricing for all listed items. Payment terms regarding bond premiums are also specified. Overall, the document serves as a comprehensive guide for potential contractors outlining the scope, responsibilities, and financial aspects of the construction project, ensuring compliance with the contractual requirements set by the government.
    This document outlines a federal government's Request for Proposals (RFP) for base construction, detailing a schedule of construction items with various quantities and lump sum pricing structures. Key construction activities include mobilization, contractor testing, soil erosion control, roadway excavation, subbase installation, fog sealing, chip sealing, asphalt pavement patching, and temporary traffic control. Vendors must provide prices for all listed items, and it is emphasized that contractors are responsible for verifying quantities and compliance with associated regulations. Notable notes include the disposal of old asphalt legally and clarifications on incidental work not covered separately in the payment structure. Additionally, only one award will be issued from this solicitation, and payment for bond premiums will not be added to the contract price. The document serves to solicit bids for construction work while ensuring accountability and adherence to local regulations and specifications.
    The "Fire Plan for Construction and Service Contracts" outlines fire prevention and suppression responsibilities for contractors engaged in federal projects, particularly in California. This document establishes safety protocols during fire risk periods, detailing contractor obligations, such as designating a fire supervisor, certifying fire safety measures, and adhering to specific tools and equipment requirements, including fire extinguishers and spark arresters. Key points include contractors' responsibilities to prevent and address fires, protocols for reporting fires, and required equipment during peak fire seasons. The contractor must comply with California regulations, obtain necessary permits, and manage conditions under various Project Activity Levels (PALs), which determine operational restrictions based on fire danger. The plan emphasizes communication with the Forest Service for compliance inspections and fire incident reporting. It outlines procedures for emergency response, including equipment readiness and the necessity for a fire patrol during high-risk operations. The document aims to enhance fire safety and reduce risks associated with construction and service contracts, ensuring all parties understand their roles in fire management. Overall, it is a critical framework for safeguarding personnel and the environment during federal construction projects amid fire-prone conditions.
    The document outlines the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects (FP-14), developed by the U.S. Department of Transportation's Federal Highway Administration. It serves as a comprehensive guideline for contractors involved in federal highway projects, delineating the requirements and expectations for construction practices. The specifications are divided into divisions addressing general requirements, project-specific conditions, and materials management, establishing clear definitions, bidding procedures, and the scope of work. Key sections include instructions on bid preparation, contract award processes, and the roles of contracting officers and inspectors. Emphasis is placed on quality control, documenting construction activities, and managing changes through contractual modifications. The use of both U.S. customary and metric units throughout ensures versatility, success, and adherence to regulations, notably the Federal Acquisition Regulation (FAR) and Transportation Acquisition Regulation (TAR). Overall, this document plays a pivotal role in facilitating efficient project execution while ensuring safety and compliance, reflecting government efforts to standardize construction practices in highway projects.
    The document outlines the site locations for road work along West Camino Cielo, indicating specific points of interest and their respective distances. Each site is sequentially numbered, with locations listed alongside the corresponding mileage from a reference point, presumably marking the start and end of the project area. The range of locations spans from Sites 1 to 103, with various segments denoted by their proximity measured in miles. This structured approach suggests a detailed plan for upcoming infrastructure projects, aligning with government approvals related to road maintenance and development. The context likely falls within federal and state/local funding frameworks for transportation improvement initiatives, emphasizing the systematic organization of project sites for effective planning and execution. Maintaining clarity in site locations is critical for project management, ensuring compliance with regulatory requirements and serving as a logistical reference for stakeholders involved in the road work project. Overall, the document serves as a preliminary outline for detailed project planning and implementation in public works.
    The document outlines the wage determination for various construction projects in Santa Barbara County, California, under the Davis-Bacon Act. It requires contractors to pay minimum wage rates dictated by Executive Orders 14026 and 13658, based on the contract award date and renewals. For contracts entered after January 30, 2022, the minimum hourly wage for covered workers is set at $17.75, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30. The document provides a comprehensive list of classifications and corresponding wage rates for multiple labor categories including asbestos workers, boilermakers, carpenters, electricians, laborers, and operators of various machinery, reflecting both standard pay and fringe benefits. Additional premiums apply for work conducted at military bases and hazardous environments. The document serves as a guideline for contractors engaged in federal or state-funded construction work, ensuring compliance with wage regulations and worker protections. Overall, it is crucial for maintaining fair labor standards within contractor agreements for public construction projects.
    The document is a Request for Information (RFI) for the West Camino Cielo Road Repairs, specifically under solicitation number 127EAW25R0002. It outlines the protocol for submitting inquiries related to the project, emphasizing that all questions must be directed to the designated Contracting Officer via email, using the provided form. Telephone inquiries are not accepted. The RFI form allows for multiple questions to be cataloged sequentially, with space for responses from the United States Forest Service (USFS). Key aspects include instructions on inquiry submission, ensuring clarity in communication, and an organized structure for responses. This RFI process serves as a vital step within the federal procurement framework, facilitating transparent dialogue between potential bidders and the government regarding project specifics and evaluation criteria.
    This document serves as an amendment to a solicitation by the USDA Forest Service regarding the submission of offers. It outlines the procedures for receipt acknowledgment of the amendment, which must be completed before the specified deadline. The key amendment updates the "Original Date Offers Due" to April 15, 2025, at 1:00 PM PDT, correcting a previous error on the SAM.gov posting. Vendors are instructed to acknowledge receipt of this amendment by various methods, such as returning specific form items or sending separate electronic communications, to avoid potential rejection of their offers. The document reinforces the continuity of all terms and conditions from previous communications unless explicitly changed in this amendment. It is structured to require the identification of the contract ID, amendment number, effective date, and other critical project details to ensure clarity and proper record-keeping in the procurement process. Overall, the amendment emphasizes updated deadlines and compliance instructions for interested vendors engaged in federal contracting.
    The document outlines an amendment to a solicitation regarding cutting roadway vegetation for the USDA Forest Service. It specifies the requirements for contractors involved in vegetation removal, particularly focusing on trees and brush less than four inches in diameter. The amendment updates the solicitation specifications, emphasizing that offers must acknowledge receipt of this amendment through certain methods prior to a designated deadline to avoid rejection. Key details include specific maintenance requirements, such as cutting heights, the retention of road signs, and the prohibition of self-propelled equipment in certain areas. The document delineates the measurement and payment processes for completed work, emphasizing compliance with environmental regulations by ensuring debris is managed appropriately. This summary encapsulates the aims and constraints of the solicitation amendment in the context of federal contracts related to environmental management practices.
    This document serves as an amendment to a government solicitation related to the USDA Forest Service's procurement process, specifically addressing RFI round 1 responses and updating the schedule of items. It details the required acknowledgment of the amendment by contractors, stating that failure to comply may lead to offer rejection. The amendment includes a reference to the original solicitation and its numbers, and provides instructions for contractors wishing to make changes to previously submitted offers. The newly attached documents, "RFI Official Responses - 1" and the updated “2. Schedule of Items,” are critical, as using outdated materials could result in proposals being deemed non-responsive. The document ensures that all terms and conditions from the original solicitation remain in effect, aside from revisions specified in this amendment, highlighting the USDA's formal channels for procurement and adherence to regulations in federal contracting practices.
    Lifecycle
    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 soliciting proposals for the CA NP MULTI PMS(1) project, which focuses on pavement preservation efforts within Yosemite National Park and Devils Postpile National Monument in California. This task order request is exclusively open to a select group of prime contractors, including VSS International, Inc. and H-K Contractors, Inc., who will be responsible for various construction and traffic control activities aimed at maintaining and improving road infrastructure in these national parks. The project is critical for ensuring the safety and quality of transportation routes, as it follows assessments conducted under the Federal Highway Administration's Road Inventory Program, which evaluates the condition of paved roads and prioritizes maintenance needs. Interested subcontractors can find additional information and project documents on the Federal Lands Highway website, and inquiries can be directed to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 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.
    New Mexico Forest Engineering and Road Maintenance (FERM)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the New Mexico Forest Engineering and Road Maintenance (FERM) project, aimed at road maintenance and construction within the New Mexico National Forest areas, including the Carson, Cibola, Gila, Lincoln, Santa Fe, and Kiowa Forests. The procurement seeks to establish Blanket Purchase Agreements (BPAs) for various services, including construction, emergency work, and complex maintenance tasks, with a strong emphasis on sustainable practices and compliance with federal regulations. This initiative is crucial for maintaining infrastructure and supporting environmental stewardship in national forests, ultimately benefiting local communities and ecosystems. Interested vendors, particularly small businesses, are encouraged to submit their proposals, with inquiries directed to Chad A.T. Bullock at chad.bullock@usda.gov or Joey Korst at joseph.korst@usda.gov, as the solicitation remains open for continuous submissions.
    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.
    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.
    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.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Mt. Pinos Toilet Pumping Services, Los Padres NF
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting proposals for toilet pumping services at 13 locations within the Mt. Pinos Ranger District of the Los Padres National Forest in California. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to pump Forest Service-owned campground and trailhead toilets, ensuring proper waste disposal in compliance with federal, state, and local regulations. This contract, which is a total small business set-aside, includes a one-year base period with four optional one-year extensions, and services are to be performed annually from May 1 to October 31. Interested contractors must submit their proposals by December 17, 2025, at 12:00 PM PST, via email to Erin.Scott-James@usda.gov, and must have an active SAM registration to be eligible for consideration.
    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.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) to support various land management activities across multiple National Forests in California. This BPA aims to facilitate hazardous fuels reduction, restoration work, and other stewardship activities, with a focus on improving forest health and ecosystem vitality while addressing local community needs. The BPA will remain open for proposals throughout its 10-year term, with the possibility of extension up to 20 years, and will allow for multiple awards based on technical and pricing evaluations. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals via email to the designated contacts, Matt Daigle and Mark Phillipp, with the solicitation remaining active until December 31, 2032.