ANF FR154 Bridge Replacement
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 U.S. Department of Agriculture, Forest Service is soliciting bids for the ANF FR154 Bridge Replacement project in Warren County, Pennsylvania. This Total Small Business Set-Aside opportunity requires the demolition and disposal of the existing bridge, followed by the procurement and installation of a new bridge. All work must comply with federal highway project standards. Offers are due March 31, 2026, at 1:00 PM ET.
Scope of Work
This Invitation for Bid (IFB) covers all equipment, labor, materials, tools, and incidentals necessary to replace the Farnsworth Bridge. The scope includes:
- Demolition and disposal of the existing bridge structure.
- Procurement and installation of a new bridge.
- All work to be completed in accordance with the designs, Standard Specification for Roads and Bridge on Federal Highway Projects FP-14, and the Forest Service Supplemental Specifications to the FP-14 (FSSS).
Project Details
The project is located at the 5.4-mile point on Forest Road 154 in Mead Township, Warren County, PA, providing access over the Farnsworth Branch of the West Branch of Tionesta Creek. The existing 1934 single-span steel bridge has a 3-ton weight limit. The proposed replacement is a 56-foot (clear) single-lane, side-by-side prestressed concrete box beam bridge, 61 feet overall, with a higher bearing elevation to accommodate 100-year flood events. Key requirements include contacting the Pennsylvania One Call System, adhering to in-stream work restrictions (October 1 – January 1, and February 15 – June 1), and implementing a quality control system.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Estimated Magnitude: Between $500,000 and $1,000,000
- Set-Aside: Total Small Business Set-Aside (NAICS 237310, $45M size standard)
- Performance Period: Work must be completed no later than September 30, 2026, including site cleanup.
- Offers Due: March 31, 2026, 1:00 PM ET
- Published Date: March 5, 2026
Submission & Evaluation
Offers must be submitted via email to debra.brinn@usda.gov. A complete bid requires Attachment 02 (Schedule of Items) with all items priced and acknowledgement of any amendments. For bids exceeding $150,000, a bid bond on Standard Form 24 (SF-24) in the amount of $155,000 or 20% of the total bid is required. Award will be made to the lowest priced, responsible offeror who is responsive to the solicitation. Offerors must hold prices firm for 90 calendar days.
Key Documents
Bidders should review:
- Solicitation Terms and Conditions (01): For clauses, instructions, and evaluation criteria.
- Schedule of Items (02): For detailed pricing breakdown and quantities.
- Statement of Work (03): For comprehensive project objectives and scope.
- Engineering Plans (04): For technical specifications, design details, and site information.
- Davis-Bacon Act Wage Determination (05): For prevailing wage rates for Heavy and Highway Construction in Pennsylvania.
Additional Notes
Offerors are strongly urged to inspect the site. Questions must be submitted via email to debra.brinn@usda.gov no later than 3 business days prior to the solicitation closing. The bid opening will be held via Microsoft Teams; meeting details will be provided on SAM.gov closer to the due date. Instructions on how to follow projects on SAM.gov for email alerts are also available.