Route 1 Road 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, CSA Southwest 6 is soliciting quotations for Route 1 Road Repair at the Six Rivers National Forest, California. This Total Small Business Set-Aside opportunity seeks asphalt pavement patching services to restore safe travel conditions on Route 1 (06N01). The estimated project magnitude is between $250,000 and $500,000. Quotations are due April 30, 2026, at 11:00 AM Pacific Time.
Scope of Work
The contractor will provide asphalt pavement patching services, including cleaning, preparation, and placement of cold bituminous mix, to repair potholes and ruts on Route 1 (06N01) within the Mad River Ranger District. This requires the contractor to supply all personnel, equipment, supplies, and supervision. Work must adhere to applicable Specifications and Industry Standards, including the "Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects" (FP-14) and specific Forest Service Supplemental Specifications.
Contract Details
- Contract Type: Firm Fixed Price Request for Quotation (RFQ).
- Set-Aside: Total Small Business Set-Aside (NAICS 237310, size standard $45M).
- Period of Performance: Work must commence within 10 calendar days after Notice to Proceed (NTP) and be completed within 60 calendar days after NTP, including final cleanup. The projected start date is May 2026.
- Place of Performance: Mad River Ranger District, Six Rivers National Forest, Route 1 (06N01), California.
- Licensing: Offerors must possess an active and valid California contractor's license appropriate for road repair.
- Subcontracting: The prime contractor must perform a significant portion of the work with its own workforce. Subcontractors are limited to 25% of the total contract value individually, and 75% in aggregate, without prior written approval.
Submission & Evaluation
- Quotation Deadline: April 30, 2026, 11:00 AM Pacific Time.
- Requests for Information (RFI) Deadline: April 21, 2026, 11:00 AM Pacific Time.
- Submission Method: Via email to Tanya.Torres@usda.gov. RFIs must use the provided form.
- Required Documents: Signed SF1442, completed Schedule of Items (Attachment 3), Technical Approach (NTE 5 pages), Key Personnel (NTE 3 pages), Performance Schedule (NTE 2 pages), and Past Performance (NTE 3 pages).
- Evaluation Criteria: Quotes will be evaluated based on the most technically advantageous solution, considering Technical Approach, Past Performance, and Price. Award will be made to the highest technically rated offeror whose price is fair and reasonable, and whose past performance is acceptable or neutral. No tradeoffs will be conducted.
- Eligibility: Offerors must have an active entity registration at SAM.gov. A bid guarantee (20%) is required for proposals exceeding $150,000.
Key Requirements & Conditions
- Site Access: Amendment A00001 advises contractors of potential road blockages on Route 1 due to fallen dead trees from a past wildfire. Contractors should be self-sufficient (e.g., carry a chainsaw) to avoid delays. The project site is currently open. Acknowledge receipt of this amendment.
- Prevailing Wages: The Davis-Bacon Act applies, requiring adherence to specified prevailing wage rates for construction trades in California.
- Specifications: Bidders must carefully review the "Supplemental Specifications" document, which significantly modifies or deletes numerous sections of the "Standard Specifications FP-14."
- Fire Plan: A detailed fire plan outlines contractor responsibilities for prevention and suppression, including required equipment and emergency measures based on Project Activity Levels (PAL).
- Invoicing: All invoices must be submitted via the electronic Invoice Processing Platform (IPP).
- Site Inspection: No organized site visit is scheduled; offerors are responsible for their own site inspection.