Skip to main content

An official website of the United States government

You have 2 new alerts

Update, See Description -Plumas NF- Frenchman Lakes Road Reconstruction

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Apr 19, 2023 10:33 am PDT
  • Original Published Date: Mar 09, 2023 02:27 pm PST
  • Updated Response Date: Apr 26, 2023 04:30 pm PDT
  • Original Response Date: Mar 24, 2023 04:30 pm PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 26, 2023
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1LB - CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Chilcoot , CA 96105
    USA

Description

UPDATE

THIS SOLICITATION WILL NOT BE POSTED ON SAM.GOV, WE ARE GOING WITH A DIFFERENT APPROACH. THANK YOU TO ALL WHO HAVE SHOWN INTEREST. 

THIS IS ONLY A PRE-SOLICITATION NOTICE

Synopsis

12363N23R4008

THE SOLICITATION FOR THIS PROJECT WILL BE POSTED ON OR ABOUT MARCH 24, 2023.

PROJECT DESCRIPTION: The Frenchman Lake Roads Reconstruction project consists of grinding the existing AC and chip sealed surfaces and blending the pulverized material with a 1” course equivalent of crushed base aggregate, placing a 3” course of hot asphalt, replacing corrugated metal culverts, repairing a cattle guard, and painting fog-lines on each edge or the new asphalt.  Option 1 is included and consists of reconditioning and paving road 25N11F, the access to the Frenchman Fire Station.

Specific Requirements for the Base items are:

  • All existing AC and chip seal pavement is to be pulverized, blended with additional aggregate, reshaped, and compacted. Minimum thickness shall be 4”.
  • Apply a prime coat to compacted aggregate.
  • Placing, shaping, and compacting hot-mix asphalt concrete to produce a single compacted 3” course.
  • Repairing the cattle guard on 25N11.
  • Remove and disposing off Forest Service land, two existing 18” metal culverts. Furnish and replace with 24” corrugated steel culvert pipes (CMPs) with flared end-sections.
  • Furnish and install six traffic control signs (locations TBD) and four object markers on the repaired cattle guard.
  • Traffic control for public assess to campgrounds and other Forest Service facilities.

Specific Requirements for Option 1, 25N11F, are:

  • Remove the existing aggregate surface course and stockpile at the Frenchman Fire Station.
  • Recondition and reshape the roadbed surface. Reconstruct the inside ditch.
  • Blend new aggregate with the stockpiled aggregate, redistribute, shape, and compact the new base course.  Minimum thickness shall be 5”
  • Place, shape and compact a single 3” course of hot-mix asphalt concrete as described in the base item above.

PROJECT LOCATION: The project is located on the Beckwourth Ranger District of the Plumas National Forest, California. The roads run along the south-west and south-east shores of Frenchman Lake. They connect with CA 284 approximately eight miles north of CA 70 at Chilcoot , CA.

NFSR 25N11 intersects with CA 284 at the Frenchman Lake Dam. The location is:

Survey Location: T24N, R16E, Sec. 33, NE ¼

GPS location: 39° 53.565’, -120° 11.465’

NFSR 24N01 begins at the east end of the dam

Contractors shall furnish all labor, supervision, equipment, materials, transportation, supplies (unless specified elsewhere as Government-furnished), and incidentals required to accomplish specified work in compliance with the terms, specifications, and provisions of the contract. Work is estimated to begin around May 23, 2023. Engineering point of contact is Francisco Rico, telephone: 530-283-7758/530-570-2972 or email Francisco.Rico@usda.gov. Both performance and payment bonds will be required for this project as well as a bid guarantee. Estimated project value is between $1,000,000 and $5,000,000. NAICS 237310 with size standard $45 mil. This project is set aside 100% for small business.

Contact Information

Contracting Office Address

  • 1400 Independence AVE SW MS-1138
  • Washington , DC 202501138
  • USA

Primary Point of Contact

Secondary Point of Contact

History