Solicitation is Restricted to the Current Region 5 FERM ZONE 3 BPA Holders
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, Stewardship Contracting Branch is issuing a Solicitation (No. 12363N26Q4064) for Atmospheric River (AR) Tamarack Road Repairs in the Sierra National Forest, Fresno County, CA. This opportunity is a Total Small Business Set-Aside and is restricted to current Region 5 FERM ZONE 3 BPA Holders. The project involves repairing approximately 57.5 miles of National Forest Roads damaged by an atmospheric river event in 2023. The estimated magnitude of construction is between $1,000,000 and $5,000,000. Quotes are due March 18, 2026, by 10:00 AM MOUNTAIN TIME.
Scope of Work
This project focuses on comprehensive road repairs, including:
- Road Repairs: Grading, culvert and gate replacement, base rock installation, construction of drivable rolling dips, roadside vegetation cutting, and asphalt paving.
- Specific Work Items: Mobilization, removal/disposal of culverts/gates, Rip Rap Class 1, Caltrans base rock installation, full depth reclamation, hot mix asphalt, corrugated metal pipe installation, temporary traffic control, skin patching, and drainage restoration.
- Compliance: Adherence to a detailed Fire Plan (April 1 - December 1) requiring specific tools, equipment (e.g., fire extinguishers, spark arresters), and a water tank truck/trailer.
- Licensing: Contractor must hold a current California State License.
- Documentation: Submission of detailed records and as-builts upon completion.
Contract & Timeline
- Contract Type: Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Eligibility: Restricted to current Region 5 FERM ZONE 3 BPA Holders.
- Estimated Period of Performance: Approximately 100 days, from March 19, 2026 (or March 23, 2026) to July 28, 2026.
- Wage Determination: Davis-Bacon Act Wage Determination CA20260018 (Modification #4) applies.
Submission & Evaluation
- Offer Due Date: March 18, 2026, by 10:00 AM MOUNTAIN TIME.
- Submission Method: All quotes must be emailed to chad.bullock@usda.gov and the specified u.box.com address. Bidders must use specific naming conventions for attachments (e.g.,
26Q4064-R5FERM-VendorName-Quote). - Bonds: A Bid Bond is required for proposals over $150,000. Payment and Performance Bonds are required for construction projects over $35,000, due within 10 calendar days after award. An offer guarantee is also required.
- Evaluation Factors: Proposals will be evaluated based on Technical Capability (understanding, methods, personnel, quality control), Relevant Past Performance (knowledge, experience, customer satisfaction, compliance), and Price (fairness, reasonableness, unbalanced line-item prices).
Additional Notes
Invoicing will be processed through the Department of Treasury's Invoice Processing Platform (IPP) at https://www.ipp.gov. Contractor travel and lodging costs are to be included in Mobilization and Overhead. A contractor representative must be on-site during all activities.