Angell Job Corps Center Site Utilities Rehabilitation
ID: 12441925R0014Type: Presolicitation
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF SCHOOLS (Z2CA)

Set Aside

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

    The United States Department of Agriculture, Forest Service, is soliciting proposals for the Angell Job Corps Center Site Utilities Rehabilitation project located in Yachats, Oregon. This project involves comprehensive upgrades and repairs to critical infrastructure, including the wastewater irrigation field, sewer lines, and the wastewater treatment plant, requiring the contractor to furnish all necessary labor, equipment, and materials. The rehabilitation is essential for maintaining operational efficiency and compliance with environmental regulations, ensuring the continuity of services at the facility. Proposals are due by November 14, 2025, at 12:00 PM PST, and interested parties can contact Bradley Martin at Bradley.Martin2@usda.gov or Ian Barnes at Ian.Barnes@usda.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Forest Service is issuing a Request for Proposal (RFP) for the Angell Job Corps Utilities Rehab project, soliciting bids from small businesses for comprehensive utility system upgrades. The project, estimated between $250,000 and $500,000, requires furnishing labor, equipment, and materials for tasks including wastewater irrigation field reconstruction, sewer line repairs, and wastewater treatment plant repairs at the Angell Job Corps Civilian Conservation Center in Yachats, Oregon. A mandatory site visit is scheduled for September 25, 2025, at 13:00 PST. Proposals are due by October 20, 2025, at 12:00 PST. The successful contractor must commence work within 10 calendar days of receiving the notice to proceed and complete it within 240 calendar days. Performance and payment bonds are required, and proposals will be evaluated using the Lowest Priced Technically Acceptable (LPTA) method. This solicitation includes specific clauses for insurance coverage, key personnel (Site Supervisor), and adherence to the Buy American Act for construction materials.
    Amendment 0001 to Solicitation 12441925R0014, issued by the United States Forest Service, modifies the original solicitation dated September 18, 2025. This amendment, effective September 24, 2025, addresses changes to key dates and activities. Specifically, it cancels the previously scheduled site visit for September 25, 2025, and reschedules it for October 15, 2025, at 1:00 PM PST. Furthermore, the due date for questions has been extended to October 22, 2025, by 12:00 PM PST, and the offer due date is now extended to October 31, 2025, by 12:00 PM PST. All other terms and conditions of the solicitation remain unchanged.
    Amendment 0002 to solicitation 12441925R0014, issued by the United States Forest Service, revises the original solicitation dated September 18, 2025. This amendment, effective October 29, 2025, addresses three key areas: providing responses to previously asked questions, issuing an updated set of drawings with a short list of included changes, and extending the offer due date. The new deadline for offer submissions is November 14, 2025, no later than 12:00 PM PST. All other terms and conditions of the solicitation remain unchanged.
    The Angell Job Corps Civilian Conservation Center in Lincoln County, Oregon, is undertaking a comprehensive utilities rehabilitation project. This initiative, managed by the United States Department of Agriculture, Forest Service, focuses on upgrading and repairing critical infrastructure. Key areas of work include the wastewater irrigation field, where vegetation will be removed, sprinkler heads replaced, and the area graded to prevent ponding. The Wastewater Treatment Plant (WWTP) will undergo significant repairs, including replacing lids, removing accumulated solids, resealing root-penetrated seams, addressing fallen reactor trays, and replacing damaged piping and aeration systems. Additionally, the project involves repairs to damaged sewer cleanouts and piping in buildings B707, B2083, B2190, and B2888, along with ventilation improvements in the WWTP Lab (B714) and Pumphouse (B704). An under-sink solids interceptor will be installed in the Gymnasium Arts/Crafts room (B2889). The project emphasizes erosion, sediment, and pollution control measures, ensuring continuity of service for both wastewater collection and potable water systems throughout construction.
    The Angell Miscellaneous Site Utilities Rehab project addresses corrections and clarifications to specifications and drawings. Key Note #1 A on Drawings Sheet C1.0 has been corrected to specify the removal of brush and trees within the outlined area and at least 30 feet from the nearest riser, with stumps ground to 18 inches below finish grade. Key Note #1 B on the same sheet has been corrected to clarify that sprinkler heads are to be replaced in Zones 1, 2, 3, 5, and 6 (120 total), as Zone 4 sprinkler heads have already been replaced. These revisions ensure accuracy and clarity in the project's scope and execution.
    This government file addresses a series of questions and clarifications regarding a federal contract, likely an RFP. Key points include confirmation that a site superintendent can serve as a working supervisor and hold multiple qualified roles (Site Super, QA/QC, Safety). The document clarifies that asbestos-containing materials are not assumed to be in crawl spaces. Detailed instructions are provided for hydrant demolition, requiring complete removal below finished grade. The contractor is responsible for inventorying sprinkler support posts and verifying measurements for the WWTP electrical work, which includes trenching approximately 70 feet for a new GFCI receptacle with power from the lab building. Full replacement of a 6-inch sewer line (approximately 340 feet) between manholes is required, with video inspection to plan for unknown connections. The contractor must obtain and fulfill all stipulations of the Oregon DEQ 1200-C Construction Stormwater Permit for the entire duration. Clearing and stump grinding for the sprayer field require re-establishing the original extent, with a 30-foot setback from risers, and the contractor is responsible for removing all large debris not mulched on-site.
    The General Decision Number OR20250092 outlines prevailing wage rates for building construction projects in Clatsop, Lincoln, and Tillamook Counties, Oregon. It specifies minimum wage requirements under Executive Orders 14026 and 13658, applicable to federal contracts subject to the Davis-Bacon Act, with rates of $17.75 per hour for contracts after January 30, 2022, and $13.30 per hour for contracts between January 1, 2015, and January 29, 2022. The document lists wage and fringe rates for various trades, including insulators, bricklayers, carpenters, electricians, operating engineers, laborers, cement masons, plumbers, sheet metal workers, and ironworkers. It also details the Executive Order 13706 regarding paid sick leave for federal contractors. The document explains union, union average, survey, and state-adopted rate identifiers and provides a clear appeals process for wage determination matters through the Wage and Hour Division and the Administrative Review Board.
    The Angell Job Corps Civilian Conservation Center in Lincoln County, Oregon, is undertaking a comprehensive Utilities Rehabilitation project. This initiative, managed by the United States Department of Agriculture, Forest Service, focuses on upgrading and repairing critical infrastructure, including the wastewater irrigation field, sewer lines, and wastewater treatment plant (WWTP). Key aspects of the project involve replacing sprinkler heads, repairing damaged sewer pipes and cleanouts, installing manhole risers, and addressing issues within the WWTP such as replacing lids, removing accumulated solids, resealing seams, and repairing aeration systems. The project also includes ventilation upgrades for the WWTP Lab and Pumphouse, and the installation of a solids interceptor in the Gymnasium Arts/Crafts building. Emphasis is placed on maintaining service continuity during construction, implementing erosion and pollution control measures, and adherence to all relevant regulations.
    The provided file contains numerous entries, primarily from February 1, 2005, detailing various components and aspects related to an existing wastewater treatment plant. The consistent file naming convention, such as '12angelljcc1994e' and '12angelljcc1994me', suggests a structured documentation system. The presence of 'APPENDIX A: EXISTING WASTEWATER TREATMENT PLAN - FOR REFERENCE ONLY NOT AS-BUILT' indicates that these are reference documents, possibly plans or schematics, for an existing facility and explicitly states they are not
    The document, titled "Schedule of Items ANG Miscellaneous Site Utilities Rehab," outlines a rehabilitation project for various site utilities, likely for an Air National Guard (ANG) facility. Dated February 12, 2024, it details eight base items for the project, each with a description and designated as a "Lump Sum" (LS) quantity of one. The key components of the project include the reconstruction of a wastewater irrigation field, repairs and replacement of sewer lines and manholes, demolition of hydrants, replacement of DWV pipes in buildings B2888 and B2083, repairs to the wastewater treatment plant, ventilation improvements for the B0704 Wastewater Building, upgrades to lift station floats, hangers, and alarms in B0704, and the installation of a solid waste interceptor in the B2889 Gym. Each item references specific "Keynotes" that direct to Sheet C1.0 and additional specifications for detailed descriptions of the required work. This schedule serves as a foundational document for a government Request for Proposal (RFP) or a similar procurement process, specifying the scope of work for potential bidders.
    The Angell Job Corps Civilian Conservation Center is seeking a contractor for the Miscellaneous Site Utilities Rehab project. The project, located near Yachats, Oregon, involves extensive utility rehabilitation, including wastewater irrigation field reconstruction, sewer line and manhole repairs, hydrant demolition, DWV pipe replacement, wastewater treatment plant repairs, and lift station and wastewater building ventilation upgrades. Work hours are 8:00 AM-4:30 PM, Monday-Friday, with strict adherence to site use guidelines to minimize disruption to ongoing government operations. The contractor is responsible for all labor, materials, equipment, and necessary licenses. All work must comply with the latest International Code Council, National Fire Protection Association codes, and Architectural Barriers Act Standards. Electrical and plumbing work requires state-licensed personnel. The contractor will also be responsible for securing and adhering to NPDES permitting requirements for ground-disturbing activities exceeding five acres, acting as the government's agent for permit application and monitoring. The project schedule outlines key milestones, including virtual pre-construction conferences, bond submissions, and detailed submittal procedures for both action and informational items. Temporary facilities and controls, including utility usage, sanitary facilities, staging, waste disposal, and safety protocols, are also outlined. The document emphasizes strict adherence to environmental protection, safety, and heritage resource protection. Closeout procedures, including substantial and final completion inspections, punch lists, project record documents, and final cleaning, are detailed. The overall purpose is to rehabilitate and upgrade the Angell Job Corps CCC's utility infrastructure, ensuring compliance with federal and state regulations while maintaining site operations.
    The document, "APPENDIX A: EXISTING SITE UTILITY PLAN - FOR REFERENCE ONLY NOT AS-BUILT," serves as a reference for a government Request for Proposal (RFP) or grant application. Its primary purpose is to provide an overview of the current utility infrastructure at a specific site. The crucial caveat "FOR REFERENCE ONLY NOT AS-BUILT" indicates that the plan does not represent the exact, final, or current condition of the utilities. Instead, it offers a preliminary understanding for planning and conceptualization purposes within the context of federal, state, or local government projects. This document is likely intended to inform potential bidders or grantees about the existing site conditions, enabling them to factor utilities into their proposals, designs, and cost estimations, while also signaling that on-site verification will be necessary.
    Similar Opportunities
    John Day Transportation and Site Access
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Z2NZ--CON-NRM 653-23-101 Repair-Replace Campus Sewer and Storm Drain Lines
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for the project titled "Repair-Replace Campus Sewer and Storm Drain Lines" at the Roseburg VA Medical Center in Oregon. This project involves extensive general construction work, including the repair and replacement of existing sanitary sewer and storm drain systems, with a focus on maintaining continuous operations at the medical center while adhering to strict safety and environmental regulations. The estimated contract value ranges between $20 million and $50 million, with a performance period of 425 calendar days anticipated to begin after the notice to proceed is issued. Interested contractors should note that the solicitation is expected to be posted around mid-December 2025, and they can direct inquiries to Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341.
    Deschutes NF - West Bend Rock Road Closure
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for the West Bend Rock Road Closure project on the Deschutes National Forest, located in Bend, Oregon. The primary objective of this procurement is to decommission and close roads to improve wildlife habitat by reducing open road densities, which will enhance habitat quality and connectivity. This project involves road obliteration and entry management treatments, including subsoiling and constructing barriers to prevent vehicle access, and is set aside for total small business participation. Interested contractors must submit their price quotes and necessary certifications by January 7, 2026, at 4:30 PM PT to Andrea Pollock at andrea.pollock@usda.gov, with the contract expected to be awarded based solely on price, and work completion anticipated by December 1, 2026.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the OR FS DSHUT601 60(1) Road 60 Improvements project, located approximately 14 miles west of Gilchrist, Oregon. The project involves grinding, paving, and striping approximately 1.02 miles of roadway, along with additional tasks such as soil erosion control, asphalt concrete placement, and installation of traffic control measures. This initiative is crucial for enhancing road safety and infrastructure in the Deschutes National Forest area. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date in Fall 2025 and a completion date expected by Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information.
    Camas Prairie Fence
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The objective of this procurement is to replace an ineffective fence to exclude cattle and protect endangered frog species, involving tasks such as clearing land, removing existing fences, and constructing new four-strand barbed wire fences, with completion required by June 1, 2026. This project is crucial for the conservation of biological resources and the management of livestock grazing in sensitive areas. Interested vendors must submit their quotes by January 16, 2026, at 1600 Pacific Standard Time, using the updated solicitation document, and can direct technical inquiries to Eamonn Mazur or contact Darcy J Rapoza at darcy.rapoza@usda.gov for further information.