Opportunity

SAM #140L1226R0005

BLM Solicits Small Business Proposals for Sacramento River Rail Trail Repaving

Buyer

BLM California

Posted

May 15, 2026

Respond By

May 31, 2026

Identifier

140L1226R0005

NAICS

237310

The Bureau of Land Management (BLM) California State Office is seeking small business contractors for pavement rehabilitation of the Sacramento River Rail Trail system near Redding, CA. - Government Buyer: - Bureau of Land Management (BLM), California State Office, Department of the Interior - Project Scope: - Pavement rehabilitation of approximately 12.88 miles across Shasta Dam Trail, Keswick Dam Trail, and Middle Creek Trail segments - Includes localized 'remove and replace' patching, surface preparation, crack sealing, asphalt overlay, shoulder backing, striping, conformed grinding at intersections, and paving interface work around locking bollards - Requirements: - All materials must comply with the Buy American Act - Davis Bacon Act wage requirements apply - Total Small Business Set-Aside under NAICS 237310 (Highway, Street, and Bridge Construction) - Project magnitude estimated between $1,000,000 and $5,000,000 - No specific OEMs or vendors are named in the notice - Period of performance is 90 days after notice to proceed - Place of performance is the Sacramento Rail Trail system near Redding, CA

Description

Pre-Solicitation Notice Sacramento River Rail Trail Repaving GAOA Project 140L1226R0005BLM Northern California District requires pavement rehabilitation of approximately 12.88 miles of the Sacramento Rail Trail system near Redding, California. The project includes the Shasta Dam Trail, Keswick Dam Trail, and Middle Creek Trail segments.The trail provides critical public access for pedestrian and bicycle use and supports periodic BLM administrative vehicle access. The existing asphalt pavement exhibits transverse and longitudinal cracking, localized structural failures, and shoulder degradation. Without repair, these deficiencies will continue to propagate, resulting in reduced safety, increased maintenance costs, and diminished user experience.This project consists of localized “remove and replace” patching, surface preparation, crack sealing, asphalt overlay, shoulder backing, and striping. Additional work includes conformed grinding at intersections, and paving interface work around existing locking bollards.The period of performance for this requirement is 90 days after notice to proceed.The BLM will issue a Total Small Business Set-Aside competitive solicitation near early to mid June 2026. The BLM anticipates issuing a single firm fixed price award from this solicitation. Davis Bacon Act (DBA) is applicable, and the appropriate DBA Wage Determination(s) will be included in the solicitation. The Magnitude is Between $1,000,000.00 and $5,000,000.00.The competitive solicitation, 140L1226R0005, is in accordance with Federal Acquisition Regulation (FAR) Part 19.5, Set-Asides for Small Business. The NAICS code for this acquisition is 237310 for Highway, Street, and Bridge Construction. The small business size standard for this NAICS code is $45 million. All materials must be in accordance with the Buy American Act.A Request for Proposal (RFP) solicitation package will be available electronically at https://sam.gov/ and will be posted for 30 days. Potential offerors are responsible for monitoring https://sam.gov/ http://www.fbo.gov/for the release of the solicitation package, any other pertinent information, and for downloading a complete copy of the solicitation package. The government will not provide paper copies or email the solicitation. To be eligible for contract award, offerors must be registered and complete the online Representations and Certification in the System for Award Management (SAM) data base via website: http://www.sam.gov. A site visit date, time and meeting location will be provided in the solicitation. Offerors are highly encouraged to attend the scheduled site visit to inspect the site and to ensure they fully understand the requirement and conditions that may affect the cost of the project, specifications, and performance. Award will be based on best value to the Government in accordance with Federal Acquisition Regulations (FAR). This notice does not obligate the government to award a contract nor does it obligate the government to pay for any proposal preparation costs.

View original listing