127EAW26R0001 - Brush Creek Work Center Construction
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 is soliciting proposals for the construction of a new Brush Creek Work Center in Berry Creek, CA, under Solicitation Number 127EAW26R0001. This project involves decommissioning existing facilities and constructing a complete new work center, including utility infrastructure. The estimated magnitude of the construction project is more than $10,000,000. This opportunity is a Total Small Business Set-Aside.
Scope of Work
The project's objective is to demolish existing Plumas National Forest facilities at the Brush Creek Work Center and construct a new, comprehensive work center. This includes utility infrastructure, with several scope items available as options. Specific construction items include:
- Demolition of existing buildings and infrastructure.
- Construction of a six-person barracks, an engine garage, a pre-engineered warehouse and shop, a pump house, various storage containers, and a timber paint storage unit.
- Installation of new septic systems, site utilities (water, sewer, electrical), and landscaping.
- Potential option items include removal of a landing zone hydrant, canopies, trash enclosure, hazmat storage container, and seedling cooler units.
- Work must adhere to detailed specifications and drawings, certified to the 2022 California Building Code.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: 650 calendar days from the Notice to Proceed.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Magnitude: More than $10,000,000.
- Liquidated Damages: $1,137.77 per calendar day for delays.
- Bid Guarantee: Required for projects over $150,000 (20% of bid price or $1,000,000, whichever is less).
Submission Requirements
Proposals must be submitted via email to Gregory.Cunningham@usda.gov. Required components include:
- Completed SF1442.
- Price Proposal (using the provided Schedule of Items).
- Project Schedule of Values.
- Technical Proposal.
- Bid Guarantee. Offerors must submit five (5) separate attachments/documents.
Evaluation Criteria
Award will be made to the responsible offeror whose proposal is technically beneficial and whose technical benefit to price relationship is most advantageous. Evaluation factors include:
- Past Performance.
- Work Plan/Technical Approach.
- Key Personnel (onsite superintendent, Project Manager).
- Performance Schedule.
- Price.
Key Dates
- Site Visit (Rescheduled): February 25, 2026, at 12:00 PM PST. RSVP required to Gregory.Cunningham@usda.gov.
- Requests for Information (RFIs) Due (Extended): March 6, 2026, at 1:00 PM PST. Submit using the provided RFI form to Gregory.Cunningham@usda.gov.
- Proposal Due Date: March 26, 2026, at 1:00 PM PST.
Important Notes
Contractors are responsible for field verifying estimated quantities. The project is subject to the Davis-Bacon Act, requiring adherence to prevailing wage rates (General Decision Number CA20260007). A comprehensive Fire Plan outlines mandatory fire prevention and suppression procedures, tools, and equipment, which are critical for operations in fire-risk areas and may impact daily work based on Project Activity Levels.