Sam Houston Trail Bridge Replacement

SOL #: 127EAV26R0010Pre-Solicitation

Overview

Buyer

Agriculture
Forest Service
Southwestern Regional Office, Region 3
ALBUQUERQUE, NM, 87102, United States

Place of Performance

Lufkin, TX

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Repair Or Alteration Of Other Non Building Facilities (Z2PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 9, 2026
2
Last Updated
Mar 17, 2026
3
Response Deadline
Feb 23, 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 U.S. Department of Agriculture (USDA) Forest Service has issued a presolicitation notice for the Sam Houston Trail Bridge Replacement project. This Total Small Business Set-Aside involves a Firm-Fixed-Price Design-Build contract to replace 18 failing trail bridges within the Sam Houston National Forest, west of New Waverly, TX. Proposals are anticipated to be due February 23, 2026.

Scope of Work

The contractor will provide all labor, materials, equipment, and professional engineering services for the following phases:

  • Phase A: Site investigation and analysis.
  • Phase B: Design and construction document preparation (sealed by a licensed Professional Engineer).
  • Phase C: Removal and disposal of existing infrastructure, construction of new crossings, and connecting trail approaches.

The bridges are located on the Multi-Use Trail (MUT), a Class 3 ATV/OHV trail. Design requirements include a minimum 500-year storm interval capacity with 18" freeboard and a minimum deck width of 72". The contractor may adopt a phased approach to completion due to the number of sites.

Contract & Timeline

  • Type: Firm-Fixed-Price Design-Build
  • Set-Aside: Total Small Business (NAICS 237990)
  • Response Due: February 23, 2026
  • RFP Release: Expected third or fourth week of February 2026
  • Wages: Davis-Bacon Act wage rates apply

Evaluation

Award will be made on a Best Value Tradeoff basis considering:

  1. Technical Approach
  2. Technical Qualifications
  3. Past Performance
  4. Price

The government intends to award without discussions but reserves the right to conduct them if necessary.

Additional Notes

  • Environmental Constraints: Seasonal restrictions apply for work near Red-cockaded Woodpecker trees (April 1 – July 31).
  • Registration: Offerors must be registered in SAM.gov to be eligible for award.
  • Site Visit: Not applicable for this presolicitation notice.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 4
Solicitation
Posted: Mar 17, 2026
View
Version 3
Solicitation
Posted: Mar 17, 2026
View
Version 2
Pre-Solicitation
Posted: Feb 9, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Feb 9, 2026
Trail Hardening MUT, Lake Loop Section | GovScope