Angeles National Forest Bear Divide Paving
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 Angeles National Forest Bear Divide Paving project. This Total Small Business Set-Aside opportunity seeks a contractor to replace damaged pavements on 3N17.7 Santa Clara Divide Rd and at the Bear Divide Fire Station within the Los Angeles Gateway Ranger District. The contract is a Firm Fixed-Price type, with proposals due by May 7, 2026, at 11:00 AM CST.
Scope of Work
The primary objective is to replace damaged pavements. Key tasks include:
- Pulverizing existing road sections and repaving with HMA Caltrans ½ in. max. Type A, PG 64-16 No RAP (2" thick asphalt, 4" thick for helipad).
- Installing associated in-kind pavement markings.
- Replacing and relocating a gate at the Bear Divide fire station, including a slide gate motor operator.
- Replacing two sections of guardrail on 3N17.7 Santa Clara Divide.
- Repairing road drainage features to collect flow in a single point and discharge at the toe of the slope.
Work hours are limited to non-holiday weekdays, 0700 – 1900. Adherence to the provided Fire Plan restrictions is mandatory, which details fire prevention and suppression activities, equipment requirements, and emergency precautions based on Project Activity Level (PAL). The project also incorporates modifications to the Forest Service Supplemental Specifications (FSSS) for road construction, specifically FP-24, which bidders must review.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: 120 calendar days from the issuance of the "Notice to Proceed." Projected start date is June 1, 2026.
- Set-Aside: Total Small Business (NAICS Code: 237310 - Highway, Street, and Bridge Construction, size standard $45 Million).
- Proposals Due: May 7, 2026, by 11:00 AM CST.
- Questions Due: April 23, 2026, by COB.
- Published Date: April 10, 2026.
Evaluation
Award will be made to the offeror representing the best value to the Government, considering:
- Technical Capability
- Past Performance
- Cost/Price
Proposals lacking a technical proposal and past performance may not be considered. Quotes must be valid for a minimum of 60 calendar days.
Additional Notes
No organized site visit is scheduled; vendors are encouraged to visit the project area independently. Required submittals include a Project Schedule, Traffic Control Plan, Materials Shop Drawings/Data Sheet, and Quality Control Plan. All proposals must be submitted electronically to thomas.tran2@usda.gov. Bidders must review the RFQ, Fire Plan, and FSSS BD documents before preparing their proposals.