Forest Service - M6 Road Slide Repair
SOL #: 127EAW26Q0006Combined 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 29, 2026
2
Last Updated
Feb 17, 2026
3
Submission Deadline
Mar 2, 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 soliciting proposals for M6 Road Slide Repairs at the Mendocino National Forest, California. This is a Total Small Business Set-Aside opportunity, issued as a Request for Quotation (RFQ) under solicitation number 127EAW26Q0006. The project magnitude is estimated between $250,000 and $500,000. Quotes are due March 2, 2026, at 11:00 AM Pacific Time.
Opportunity Details
- Title: Forest Service - M6 Road Slide Repair
- Solicitation Number: 127EAW26Q0006
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 237310 - Highway, Street, and Bridge Construction (Size Standard: $45M)
- Place of Performance: Mendocino National Forest, Upper Lake Ranger District, FSR M6, California (GPS: 39.5047°, -122.8644°)
- Period of Performance: Work to commence within 10 calendar days after Notice to Proceed (NTP) and be completed within 180 calendar days after NTP, including final cleanup.
Scope of Work
The project involves comprehensive repairs to roadway FSR M6, including:
- Excavation of deteriorated road template and uphill slumps.
- Preparation of a structural foundation and construction of a new structural base.
- Replacement of enhanced road base and surface course.
- Installation of a geo-composite drainage system and placement of riprap for slope retention.
- Clearing and removal of trees and brush, and construction of new reinforced fills.
- Placement and compaction of a three-inch course of aggregate surface.
- Implementation of traffic control for public and administrative access.
Key Requirements & Special Conditions
- Contractor must furnish all necessary equipment, personnel, and secure highway permits.
- Compliance with Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects (FP-14) and Supplemental Project Specifications is mandatory.
- Extensive modifications to the "Special Project Specifications" have been issued, significantly altering technical requirements, measurement, and payment terms. Bidders must review these changes carefully.
- A Bid Bond is REQUIRED for proposals exceeding $150,000.00.
- Contractor is responsible for fire prevention and suppression, adhering to a detailed Fire Plan, especially during the Fire Precautionary Period (typically April 1 - December 1).
- Compliance with prevailing wage rates (Wage Determination CA20260004) is required.
- Mandatory submittals include Bid Bond, Performance Bond, Payment Bond, Materials Approval, Site Safety Plan, Proposed Project Schedule, and Weekly Progress Reports.
- Contractor must possess all necessary California state licenses and have an active entity registration at SAM.gov.
Submission & Evaluation
- Site Visit: February 19, 2026.
- Requests for Information (RFI) Due: February 20, 2026, at 10:00 AM Pacific Time.
- Quote Due Date: March 2, 2026, at 11:00 AM Pacific Time. Quotes must be emailed.
- Evaluation Criteria: Technical Approach and Past Performance (Best Value). Price will be evaluated for fairness and reasonableness. Award will not necessarily be made to the lowest-priced offeror.
- Invoicing: All invoices must be submitted electronically via the U.S. Department of Treasury's Invoice Processing Platform (IPP).
Contact Information
- Primary Contact: Tanya Torres (tanya.torres@usda.gov)
People
Points of Contact
Tanya TorresPRIMARY
Files
Files
No files attached to this opportunity