Route 1 Road Repair

SOL #: 127EAW26Q0013Combined 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)

Timeline

1
Posted
Mar 30, 2026
2
Submission Deadline
Apr 30, 2026, 6:00 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 has issued a Combined Synopsis/Solicitation (RFQ) for Route 1 Road Repair at the Six Rivers National Forest, California. This opportunity seeks asphalt pavement patching services to repair potholes and ruts on Route 1 (06N01), restoring safe travel conditions. The estimated project magnitude is between $250,000 and $500,000. This is a Total Small Business Set-Aside. Quotes are due by April 30, 2026, at 11:00 AM Pacific Time.

Scope of Work

The contractor will provide asphalt pavement patching services, including cleaning, preparation, and placement of cold bituminous mix to repair damaged areas of the travelway. This involves providing all personnel, equipment, supplies, and supervision. Work must adhere to the "Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects" (FP-14) and specific Forest Service Supplemental Specifications. Key deliverables include a comprehensive performance schedule, site-specific safety plan, quality control plan, construction schedule, traffic control plan, and material certifications. The contractor is responsible for site assessment, obtaining an active California contractor's license, securing necessary permits, and complying with all applicable laws and regulations, including fire prevention and control measures.

Contract Details

  • Contract Type: Firm Fixed Price.
  • Period of Performance: Work must commence within 10 calendar days after Notice to Proceed (NTP) and be ready for use not later than 60 calendar days after NTP, including final cleanup. The projected start date is May 2026.
  • Set-Aside: This acquisition is a Total Small Business Set-Aside.
  • NAICS Code: 237310 – Highway, Street, and Bridge Construction, with a small business size standard of $45M.
  • Place of Performance: Mad River Ranger District of Six Rivers National Forest, Route 1 (06N01), California.
  • Wage Rates: Davis-Bacon Act prevailing wage rates for California apply.
  • Subcontracting Limitations: The prime contractor must perform a significant portion of the work; subcontractors are limited to 25% of the total contract value individually, and 75% in aggregate, without prior written approval.

Submission & Evaluation

  • Quote Submission Deadline: April 30, 2026, at 11:00 AM Pacific Time.
  • Requests for Information (RFI) Deadline: April 21, 2026, at 11:00 AM Pacific Time. RFIs must be submitted via email using the provided form to Tanya.Torres@usda.gov.
  • Submission Requirements: Signed SF1442, completed Attachment 3 (Schedule of Items/pricing sheet), Technical Approach (NTE 5 pages), Key Personnel (NTE 3 pages), Performance Schedule (NTE 2 pages), and Past Performance (NTE 3 pages). A bid bond is required for proposals exceeding $150,000.
  • Evaluation Criteria: Quotes will be evaluated 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. Tradeoffs will not be conducted.
  • Eligibility: Offerors must have an active entity registration at SAM.gov.

Additional Notes

No organized site visit is scheduled; offerors are responsible for site inspection. Invoicing will be via the electronic Invoice Processing Platform (IPP). Only the Contracting Officer (CO) can approve contract changes; a Contracting Officer's Representative (COR) will be designated. Specific insurance levels are mandated.

People

Points of Contact

Tanya TorresPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
Route 1 Road Repair | GovScope