Forest Service - ARA, Buckhorn Road Repairs
SOL #: 127EAW26Q0004Combined 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
Repair Or Alteration Of Highways/Roads/Streets/Bridges/Railways (Z2LB)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Jan 27, 2026
2
Last Updated
Feb 19, 2026
3
Submission Deadline
Feb 27, 2026, 7:00 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 seeking quotations for ARA, Buckhorn Road Repairs at the Los Padres National Forest, California. This is a Total Small Business Set-Aside for a Firm Fixed-Price contract to repair two Emergency Road Repair Order (ERFO) sites. Quotes are due February 27, 2026, at 11:00 AM Pacific Time.
Scope of Work
This acquisition requires comprehensive repairs at two distinct ERFO sites along Buckhorn Road.
- Site 1 (MP 1.4): Involves placing Class 3 grouted rip rap chute, removing material deposition, and installing reflective delineators.
- Site 2 (MP 3.9): Requires excavating an edge failure area, constructing a 151-foot long, 7.5-foot tall concrete block wall, placing Class 6 rip rap at wall ends, constructing an embankment, replacing fencing, and installing erosion control measures. The scope includes all necessary equipment, labor, materials, services, and permits.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ)
- Award Type: Firm Fixed Price
- Estimated Magnitude: Between $250,000 and $500,000
- Period of Performance: Work to commence within 10 calendar days after Notice to Proceed (NTP), with completion within 120 calendar days after NTP.
- NAICS Code: 237310 - Highway, Street, and Bridge Construction (Small Business Size Standard: $45M)
- Set-Aside: Total Small Business Set-Aside
Submission & Evaluation
- Quote Due Date: February 27, 2026, 11:00 AM Pacific Time.
- Submission: Quotes must be emailed to Tanya.Torres@usda.gov.
- Requirements: Offerors must hold prices for 75 calendar days and possess an active entity registration at SAM.gov. A Bid Guarantee is required for proposals exceeding $150,000.
- Evaluation Criteria: Award will be made to the offeror providing the best value to the Government, based on Technical Approach, Past Performance, and Price. The highest technically rated offeror whose price is fair and reasonable and whose past performance is acceptable or neutral will be selected; tradeoffs will not be conducted. Price is not the sole evaluation factor.
- Required Documents: Signed Quote and Acknowledgment of Amendments, Attachment 3 (Schedule of Items), Technical Approach details (pages 13-15), and Bid Guarantee (if applicable).
Key Attachments & Notes
- Attachment 1: Solicitation Terms and Conditions (includes clauses, instructions, evaluation criteria).
- Attachment 2: Statement of Work (detailed project requirements).
- Attachment 3: Schedule of Items (pricing sheet; bidders must field verify quantities).
- Attachment 5: Plans (detailed engineering drawings).
- Attachment 6: Supplemental Construction Specifications (FSSS).
- Attachment 7: Fire Plan (mandatory fire prevention and suppression requirements).
- Attachment 9: Wage Determination (CA20260014 for Santa Barbara County).
- Site Visit: An organized site visit will not be conducted; contractors are strongly encouraged to independently inspect the site.
- Environmental: Specific considerations for California condors, southwestern pond turtles, and western spadefoots, requiring adherence to buffer zones and potential work suspensions.
- Administrative: Invoices must be submitted via the electronic Invoice Processing Platform (IPP).
People
Points of Contact
Tanya TorresPRIMARY
Files
Files
No files attached to this opportunity
Versions
Version 2
Combined Synopsis/Solicitation
Posted: Feb 19, 2026
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 27, 2026