Forest Service - M6 Road Slide Repair
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USDA Forest Service has issued a Combined Synopsis/Solicitation (RFQ) No. 127EAW26Q0006 for M6 Road Slide Repair at the Mendocino National Forest, California. This Total Small Business Set-Aside opportunity seeks contractors to perform extensive road repair, including excavation, structural base construction, drainage, and riprap placement. The estimated project magnitude is between $250,000 and $500,000. Quotes are due March 24, 2026.
Scope of Work
The project involves repairing roadway FSR M6, requiring:
- Excavation of failed road template and uphill slumps.
- Preparation of a structural foundation and construction of a new structural base.
- Replacement of enhanced road base and surface course.
- Installation of a geo-composite drainage system and placement of riprap for slope retention.
- Clearing and removal of trees/brush, construction of reinforced fills, and placement of aggregate surface.
- Implementation of traffic control.
Contract Details & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: 180 calendar days from Notice to Proceed (NTP).
- Set-Aside: Total Small Business Set-Aside (NAICS 237310, size standard $45M).
- Site Visit: Rescheduled to March 16, 2026.
- RFI Deadline: March 17, 2026, 10:00 AM Pacific Time.
- Quote Due Date: March 24, 2026, 11:00 AM Pacific Time.
- Published: March 18, 2026 (latest amendment).
Key Requirements & Special Conditions
- Safety: Mandatory Project Specific Accident Prevention Plan, weekly/monthly safety meetings, specific PPE, and training (First Aid, HazMat).
- Traffic Control: Submission of a Traffic Control Plan 15 days prior to construction, adhering to MUTCD and FHWA standards.
- Personnel: Key personnel required include Project Manager, Site Superintendent, Quality Control Manager, Health and Safety Manager, and Erosion Control/SWPP Manager. An English-conversant superintendent must be on-site.
- Environmental: Adherence to a Fire Plan (April 1 - Dec 1 precautionary period), Spill Prevention and Countermeasures (SPCC) Plan if applicable, and procedures for archaeological/historic sites. Equipment must be cleaned of noxious weeds.
- Administrative: Electronic invoicing via the U.S. Department of Treasury's IPP. Bid Bond required for proposals exceeding $150,000. Compliance with prevailing wage rates (CA20260004). No public utility services are available on site.
Evaluation
Award will be made to the offeror representing the best value to the Government, based on Technical Approach and Past Performance. Price will be evaluated for fairness and reasonableness; award is not necessarily to the lowest-priced offeror. Offerors must have an active SAM.gov registration.
Amendments
Three amendments have been issued. Amendment A00003 (March 18, 2026) incorporated RFI responses, revised Special Contract Requirements, and an updated Schedule of Items (G-2). Amendment A00002 (February 17, 2026) rescheduled the site visit and extended RFI and quote due dates. Amendment A00001 (February 9, 2026) added a replacement drawing page (D-5). Bidders must use all revised documents.