SOLICITATION NOTICE
Y -- Huntington Ravine Winter Access Trail Bridges Replacement
- Notice Date
- 8/19/2025 5:28:35 AM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- USDA FOREST SERVICE ATLANTA GA 30309 USA
- ZIP Code
- 30309
- Solicitation Number
- 12445525B0013
- Response Due
- 8/22/2025 10:00:00 AM
- Archive Date
- 09/06/2025
- Point of Contact
- Michelle Reed, Brad Higley
- E-Mail Address
-
michelle.r.reed@usda.gov, bradley.higley@usda.gov
(michelle.r.reed@usda.gov, bradley.higley@usda.gov)
- Description
- GENERAL: The U.S. Forest Service, Department of Agriculture, is soliciting proposals on a Total Small Business set aside basis from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically at www.sam.gov. Proposal documents will be available for download and specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Please Note: Paper copies of the solicitation will not be made available. Solicitation #: 12445525B0013 Vendors can search for opportunities and award history on www.sam.gov without registering. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents. Prospective offerors desiring to conduct business with the USDA are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov at the receipt of proposals and at the time of award. This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below. Proposed Solicitation Issue Date: Estimated on/about August 22, 2025. Description: The work for this project requires the Contractor to be responsible for supplying all labor, materials, equipment, utilities, miscellaneous items, freight and delivery and all necessary valid licenses for the work summarized as follows: Work will include demolition of five existing trail bridges and unused material to be dispose of off FS lands. Construction of the new trail bridges of varying lengths. Bridge length are 41 foot (overall length) 24 ft main span and 17 ft approach span, two 26 foot bridges, a 30 foot and 24 foot bridges. Four bridges are single span steel girder bridges with a timber plank deck on steel grade beam foundations. The 41 foot bridge is steel girder bridge with timber dowel-lam deck on steel grade beam foundations. Bridge plans provided show what the structures will use; steel stringers, a timber decks and abutments. Additional work includes but not limited to, approach surface treatment, removal of existing materials and placement of riprap. Type of Procurement: This will be sealed bid in accordance with FAR Part 14. GENERAL INFORMATION: IAW FAR 36.204, the estimated magnitude of the project is between $1 million and $5 million. Estimated Period of Performance: 90 calendar days from Notice to Proceed Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents A pre-proposal meeting may be posted, and date/location will be noted in the solicitation. This project is subject to the Davis-Bacon Act. Bonds will be required as follows: Contractors are reminded that any amount awarded over $35,000 requires submission of a Payment Bond. Any amount over $150,000.00 requires both payment and performance bonds. Be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to Department of Agriculture (USDA) and the U.S. Forest Service (FS) changes. This procurement is a Total Small Business set aside set aside. Responsible small business sources may submit an offer that will be considered. The small business size standard for NAICS 237310 is $45 million. All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov. Place of Performance: White Mountain National Forest Huntington Ravine Winter Access Trail Access to the trail is out of the AMC Pinkham Notch Visitor Center, 361 NH -16 Gorham, New Hampshire, Coos County, within the White Mountain National Forest, Androscoggin Ranger District. Primary Point of Contact: Michelle Reed michelle.r.reed@usda.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/709c957d601648c6a2d6ac4aa8a91828/view)
- Place of Performance
- Address: Gorham, NH, USA
- Country: USA
- Country: USA
- Record
- SN07556847-F 20250821/250819230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |