Riverside Day Use Area Rehabilitation
SOL #: 127EAW26Q0016Combined Synopsis/Solicitation
Overview
Buyer
Agriculture
Forest Service
USDA-FS, CSA SOUTHWEST 6
Albuquerque, NM, 871023498, United States
Place of Performance
CA
NAICS
Highway (237310)
PSC
Construction Of Highways, Roads, Streets, Bridges, And Railways (Y1LB)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 25, 2026
2
Last Updated
Mar 24, 2026
3
Submission Deadline
Mar 30, 2026, 6:00 PM
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 is soliciting quotes for the Riverside Day Use Area Rehabilitation project at Stanislaus National Forest, California. This opportunity is a Total Small Business Set-Aside for construction services, focusing on repairing flood-damaged infrastructure. Quotes are due by March 30, 2026, at 11:00 AM PDT.
Scope of Work
This project involves comprehensive rehabilitation of the Riverside Day Use Area, which sustained damage from 2017 and 2023 flood events. The scope, as detailed in the revised Statement of Work (SOW) and Project Plans, includes:
- Mobilization: Preparatory work and equipment movement.
- Wooden Trail Bridge: Fabrication, delivery, and installation of a new wooden trail bridge, including superstructure, substructure, and retaining wall repair. Specific details for bridge construction, materials, and assembly are provided, with clarifications from Amendment A00002 regarding design and fasteners.
- Hand Pump Well Repair: Restoration of a well with a hand pump to operational status, including flushing, disinfection, and testing, requiring a C-57 Well Drilling Contractor's license.
- Asphalt Repair: Necessary repairs to existing asphalt surfaces, including patching and replacement.
- Stone-faced Concrete Retaining Wall: Construction of a stone-faced, reinforced concrete retaining wall at abutments and eroded areas, replacing damaged gabion cells. Amendment A00002 clarifies details on forming, wing wall thickness, and connection to existing structures.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ 127EAW26Q0016)
- Award Type: Firm Fixed Price
- Estimated Project Magnitude: Between $25,000 and $100,000
- Period of Performance: 45 calendar days from Notice to Proceed (NTP). On-site work is restricted from June 1 to September 30 due to public use.
- NAICS Code: 237310 – Highway, Street, and Bridge Construction
- Small Business Size Standard: $45 Million
- Set-Aside: Total Small Business Set-Aside
Amendments & Clarifications
- Amendment A00001 (March 19, 2026): Revised the Statement of Work and extended the Request for Information (RFI) deadline to March 23, 2026, and the Quote Submission Deadline to March 30, 2026, at 11:00 AM PDT.
- Amendment A00002 (March 24, 2026): Provided formal responses to RFIs, clarifying various technical aspects of the project, including bridge design, retaining wall construction, material specifications (e.g., stone veneer, concrete strength), and site conditions. Bidders must acknowledge these clarifications.
Submission & Evaluation
- Quote Submission Deadline: March 30, 2026, at 11:00 AM PDT. Quotes must be emailed to Tanya.Torres@usda.gov.
- Evaluation Criteria: Quotes will be evaluated based on Technical Approach, Past Performance, and Price. Award will be made to the offeror representing the best value to the Government.
- Required Submittals: Bidders must use the "Schedule Of Items" for pricing, provide company information (Name, Address, UEI, POC, Phone, Email, Tax ID), and acknowledge amendments. A bid guarantee is required for proposals exceeding $150,000.
Special Requirements
- Licensing: Contractors must hold a valid California contractor's license, including a C-57 Well Drilling Contractor's license for hand-pump work.
- Key Personnel: Contractor must establish a Field Superintendent, Safety Manager, and Quality Control Manager.
- Labor Standards: The Davis-Bacon Act applies, requiring adherence to prevailing wage rates for construction trades in California.
- Environmental & Safety: A "Fire Plan" outlines prevention and suppression procedures, especially during the Fire Precautionary Period (April 1 - December 1). Best Management Practices (BMPs) for water quality, construction, and waste disposal are mandatory.
- Contract Administration: Invoices must be submitted via the electronic Invoice Processing Platform (IPP). Mandatory insurance coverage is required, including Workers Compensation, General Liability, and Automobile Liability.
People
Points of Contact
Tanya TorresPRIMARY