PRE-SOLICITATION NOTICE
This pre-solicitation notice is issued for informational purposes only to inform industry of an upcoming project requirement that will be solicited. This is NOT a Request for Proposal (RFP). At this time, no solicitation exists; therefore, please do NOT request a copy of the solicitation, bid documents, specifications, or drawings. Responses or proposals are not required at this stage.
The USDA Forest Service Procurement and Property Services, Field Procurement Operations, Southwest Zone, Contract Service Area 6, on behalf of Region 5, is currently preparing a solicitation RFP to apply a 2-inch compacted layer of TYPE II hot-mix asphalt concrete on the designated travel way. This work encompasses the preparation of the existing aggregate base subgrade for paving and the supply and application of the 2-inch compacted asphalt concrete across varying widths of the travel way, ranging from 16 to 20 feet, over a stretch of 1.2 miles of forest road. The Contractor is responsible for rolling the hot-mix asphalt concrete surface to ensure a smooth and compacted travel way. All work must be performed in strict compliance with the terms, specifications, drawings, and provisions outlined in the solicitation/contract.
Project Location
The project location is on the Plumas National Forest.
From Quincy travel West on Plumas County Road 511 (Quincy - La Porte Road) approximately 45 miles
to intersection of Plumas County 514. Turn right, travel to Little Grass Dam_ Travel on Forest Service
Road 22N94 to intersection of Forest Service Road 22N27. Travel West on FS Road 22N27 approximately 25 miles to intersection FS 22N94, turn right travel north 3 miles to project.
The contract duration is anticipated to be 120 calendar days from the issuance of the Notice to Proceed (NTP). Work is anticipated to start August 2025.
The full scope including associated specifications and drawings shall be provided with the issued solicitation RFP - 127EAW25R0043.
Site Visit information will be provided with the solicitation RFP when issued.
ACQUISITION INFORMATION
This acquisition shall be a total small business set-aside. This is a construction project, and Request for Proposal and resulting contract is for construction. Davis-Bacon Construction Wage Rates shall apply to any resulting contract. The awarded contract shall be firm-fixed-price.
IAW Federal Acquisition Regulation (FAR) 36.204 Disclosure of the magnitude of construction projects, the estimated price range of the contract is between $500,000 and $1,000,000.
The North American Industry Classification System (NAICS) code for this acquisition is 237310 – Highway, Street, and Bridge Construction, with small business size standard of $45M in annual revenue.
Solicitation posting date is tentatively planned for on or about 14 July 2025.
All proposal submission instructions and evaluation information shall be provided with the solicitation RFP.
Interested parties are hereby notified that the solicitation will be available exclusively on the Contract Opportunities website SAM.gov (https://sam.gov).
The solicitation, attachments, and amendments (if any) will be published for viewing, printing, and downloading from the Contract Opportunities website only. It is the potential offeror's responsibility to monitor Contract Opportunities for the release of amendments, changes, or other information pertaining to the solicitation. No hardcopy/paper versions of the solicitation or amendments will be distributed.
Contractors must be registered in the System for Award Management (SAM) database in order to receive a contract award from any USDA Forest Service activity. Lack of registration in the SAM will render an offeror ineligible for award. SAM information can be found at SAM.gov. Offerors shall have and maintain an active registration in the SAM database at the time of bid/proposal submission and award to be eligible for a Government contract award. If at the time of bid submission and/or award an offeror is not successfully and active in the SAM database, the Government reserves the right to award to the next prospective offeror. Unique Entity Identifier (UEI) number and CAGE Code numbers are required.
For additional information or questions contact the Contract Specialist Tanya Torres via email at [email protected].