Pre-Solicitation Announcement: Conlon Creek Culvert Removal & Restoration, GOGA
The Department of the Interior, National Park Service (NPS) at Golden Gate National Recreation Area (GOGA) has a requirement to implement a long-term channel stabilization project that would repair damage caused by a 2015 culvert blowout on a tributary to Redwood Creek. Emergency stabilization efforts occurred in 2016. The current channel stabilization design represents input from National Marine Fisheries Service, Regional Water Quality Control Board, as well as NPS technical staff (geomorphologist, aquatic ecologist) and engineering hydrologic consultants.
The specifications and drawings call for stabilizing the footprint of the culvert failure and head cut with an engineered rock ramp, construction of three rock step pools to provide for some habitat for aquatic animals, and the removal of a buried and rusted corrugated metal culvert (80 ft). Work would occur along up to 250 ft of creek. In addition, an adjacent gully (75 ft) that is actively contributing sediments to downstream Redwood Creek would be stabilized and filled to reduce future contributions of fine sediments. Existing bank and bed materials would be re-used either in the channel or as fill for the adjacent gully. Rock slope protection would need to be purchased and transported to the site.
The Contractor shall provide all supervision, labor, equipment, testing, and supplies necessary to complete the work as identified in the project specifications and associated documents provided as attachments to the solicitation. Contract work includes:
1. Mobilization and Demobilization
2. Install, Operate, and Maintain Dewatering and Water Diversion Systems
3. Selective Demolition
4. Construction of Weirs, Ramp, and Apron
5. Permanent Erosion Control Treatments and Plantings
Option Items
1. Haul Excess Soils to Landfill
2. Prepare As-Built Drawings
3. Import Rock for Engineered Streambed Material
In channel work is restricted to between June 15, and October 15, 2026
All work shall be performed in accordance with local, state, and federal laws. The Contractor shall obtain all necessary permits required to successfully complete the work.
All work shall be performed in accordance with local, state, and federal laws. The Contractor shall obtain all necessary permits required to successfully complete the work.
The North American Industry Classification System (NAICS) Code for this requirement is 237990, with a corresponding size standard of $45 million in annual gross receipts for the past three years.
This acquisition is a Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall not be considered.
Federal Acquisition Regulation (FAR) 36.211(b) requires agencies to provide description of policies and procedures that apply to definitization of equitable adjustments for change orders under construction contracts and data on the time required to definitize equitable adjustments for change orders under construction contracts. This information can be found at: https://www.doi.gov/pam/acquisition/policy/constructioncontract.
The Request for Proposal (RFP) will be available on/about Monday, May 18, 2026, by electronic means only and can be downloaded along with all related attachments from the Contracting Opportunities website at ww.sam.gov. The RFP will close 30 days from the actual date of issuance. The offeror is responsible for periodically checking the website for any Amendments that may be issued prior to the closing date of the RFP.
The Government intends to award a single, firm-fixed-price contract. All responsible sources may submit a proposal which will be considered by the agency. Evaluation for award will be made in accordance with the negotiated acquisition procedures outlined in FAR Part 15. Award selection will be made on a Best Value determination made after consideration of price and factors other than price (Technical Approach, Schedule, Project Experience, Key Personnel Experience, California State Contractor License, and Past Performance) as listed in Section M of the Request for Proposal.
An organized site visit will be scheduled. While not mandatory, offerors are urged and expected to inspect the site where the work will be performed. See Section L of the RFP (when issued) for more information regarding the date, time, and location of the site visit.