Route 1 Road Repair
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, CSA Southwest 6, is soliciting quotes for Route 1 Road Repair at the Six Rivers National Forest, California. This is a Combined Synopsis/Solicitation (RFQ) for asphalt pavement patching services. The acquisition is a Total Small Business Set-Aside. Quotes are due by April 30, 2026, at 11:00 AM Pacific Time.
Scope of Work
The project requires asphalt pavement patching services to repair potholes and ruts on Route 1 (06N01) within the Mad River Ranger District, Six Rivers National Forest. The contractor will be responsible for cleaning, preparing, and placing cold bituminous mix to restore safe and consistent travel conditions. This includes providing all necessary personnel, equipment, supplies, and supervision. The estimated project magnitude is between $250,000 and $500,000.
Contract Details
- Contract Type: Firm Fixed Price.
- Period of Performance: 60 calendar days from the Notice to Proceed (NTP), including final cleanup. The estimated project start date is May 2026.
- NAICS Code: 237310 – Highway, Street, and Bridge Construction (Small Business Size Standard: $45M).
- Product Service Code: Z2LB – Repair Or Alteration Of Highways/Roads/Streets/Bridges/Railways.
- Set-Aside: Total Small Business Set-Aside.
Submission & Evaluation
Quotes must be submitted via email to Tanya.Torres@usda.gov by the deadline. Required submission documents include a signed SF1442, Attachment 3 (Schedule of Items), Technical Approach (NTE 5 pages), Key Personnel (NTE 3 pages), Performance Schedule (NTE 2 pages), and Past Performance (NTE 3 pages). Evaluation will be based on the most technically advantageous solution, considering Technical Approach, Past Performance, and Price. Award will be made to the highest technically rated offeror whose price is fair and reasonable, and whose past performance is acceptable or neutral; no tradeoffs will be conducted.
Key Amendments & Notes
- Amendment A00002 (April 22, 2026) added new photos (Attachment 11) and incorporated RFI responses. These responses clarify project limits, bond requirements (bid bond required for proposals >$150,000), fire safety, acceptable asphalt binders, and confirm no fuel surcharges or economic price adjustments. Failure to adhere to these revised documents may result in a non-responsive proposal.
- Amendment A00001 (April 1, 2026) provided site access information, advising contractors of potential road blockages due to fallen trees from a past wildfire burn scar and the need for self-sufficiency (e.g., carrying a chainsaw). The site was open as of April 1, 2026, but contractors should contact the Mad River Ranger District for the latest road clearing status.
- Contractors must possess an active and valid California contractor's license appropriate for road repair.
- Invoicing will be conducted via the electronic Invoice Processing Platform (IPP).
- Subcontracting is limited: the prime contractor must perform a significant portion of the work, and subcontractors are limited to 25% of the total contract value individually, and 75% in aggregate, without prior written approval.
- No organized site visit is scheduled; offerors are responsible for site inspection.
Contact Information
Primary Point of Contact: Tanya Torres (tanya.torres@usda.gov).