Forest Service - Thomas Fire Disaster Road Repairs
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 quotations for Thomas Fire Disaster Road Repairs 2025 within the Los Padres National Forest, California. This Total Small Business Set-Aside opportunity involves extensive road and drainage maintenance across 32.22 miles of forest roads. The project aims to restore infrastructure damaged by the Thomas Fire.
Scope of Work
The project requires road blading, restoration of existing drainage dips, installation of 97 new overside drains, and new rolling dips on five roads within the Santa Barbara and Ojai Ranger Districts. Additionally, roadside vegetation cutting is required on three specific roads. The contractor must provide all necessary equipment, labor, and services. Work locations will be directed by the Forest Service, and the contractor is responsible for minimizing mechanical activity during rainy periods, repairing any damage caused by operations, and adhering to a comprehensive fire plan.
Contract Details
This is a Combined Synopsis/Solicitation (RFQ) issued under solicitation number 127EAW26Q0005. The anticipated award type is Firm Fixed Price. The NAICS Code is 237310 (Highway, Street, and Bridge Construction) with a small business size standard of $45M. The Period of Performance is 120 calendar days from the Notice to Proceed (NTP), with work commencing within 10 calendar days after NTP. Service Contract Labor Standards apply, with wage determinations for Santa Barbara and Ventura County.
Key Amendments & Updates
- Amendment A00001 (Feb 17, 2026): Rescheduled the organized site visit to February 25, 2026, and extended the Request for Information (RFI) submission deadline.
- Amendment A00002 (Feb 27, 2026): Provided responses to RFIs, clarifying culvert removal quantities (20-foot sections of 24-inch and 48-inch culvert), debris/rock removal costs, native rock sourcing, road accessibility, dozer work areas, mowing/brushing requirements, and 18-inch Overside Drain (OSD) data with attached drawings.
- Amendment A00003 (Mar 3, 2026): Further clarified culvert removal quantities (one 20ft section of 24-inch and one 20ft section of 48-inch) and reiterated that bidders should refer to Amendment A00002 drawings for 18-inch OSD fabrication. Bidders must incorporate all RFI responses and revised requirements into their proposals to avoid non-responsive offers.
Submission & Evaluation
Quotes will be evaluated based on Best Value to the Government, considering Technical Approach (Work Plan/Capability, Key Personnel, Performance Schedule, Site-Specific Safety Plan, Quality Control Plan, Material confirmation), Past Performance (three similar projects within the last three years), and Price. Offerors must have an active entity registration at SAM.gov. Invoices must be submitted electronically via the Department of Treasury's Invoice Processing Platform (IPP).
Important Dates
- Organized Site Visit: February 25, 2026 (registration required).
- RFI Submission Deadline: February 26, 2026, at 11:00 AM Pacific Time.
- Quote Due Date: March 5, 2026, at 11:00 AM Pacific Time.
Contact Information
For inquiries, contact Tanya Torres at tanya.torres@usda.gov.