1240LT26R0006 GAOA Baker Housing Deferred Maintenance Manti- Lasal NF
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, Manti-Lasal National Forest, has issued a Combined Synopsis/Solicitation (RFQ) for GAOA Baker Housing Deferred Maintenance in Monticello, UT. This project involves comprehensive renovation and repair services for a Ranger House and Bunkhouse, with an optional garage renovation. This is a Total Small Business Set-Aside. Offers are due March 3, 2026, at 4:30 PM PST.
Scope of Work
The project entails extensive deferred maintenance and renovation work on the Baker Dwelling (Ranger House) and Baker Bunkhouse, including an optional item for the Baker Garage and parking area milling. Key tasks include:
- Structural & Exterior: Repair, reinforcement, cast-in-place concrete, selective demolition, rough carpentry, asphalt shingle installation, metal soffit panels, sheet metal flashing, and historic treatment of wood windows.
- Interior Finishes: Gypsum board installation, wood floor refinishing, resilient tile flooring, sheet carpeting, interior and exterior painting, and installation of wood cabinets and plastic-laminate countertops.
- Systems: HVAC components (gas-fired furnaces, air-cooled refrigerant condensers), electrical systems (wiring, devices, lighting, smoke/CO alarms), and residential plumbing fixtures and appliances (fuel-fired water heaters).
- Environmental: Asbestos testing, abatement, and waste material disposal.
- Site Work: Earthwork, site preparation, grading, excavation, embankment, cold-mix asphalt repairs, crushed aggregate base/surface course, and pavement marking. All work must adhere to detailed technical specifications and architectural drawings provided in Attachments 4 and 5.
Contract Details
- Contract Type: Firm Fixed Price
- Estimated Magnitude: $500,000 - $1,000,000
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 236118 (Residential Remodelers)
- Small Business Size Standard: $45 million
- Period of Performance: Anticipated December 1, 2026, to March 1, 2027. Work must commence within 7 calendar days of Notice to Proceed and be completed within 90 days thereafter.
Submission & Evaluation
- Offers Due: March 3, 2026, 4:30 PM PST.
- Submission Method: Email to the Contracting Officer, Contract Specialist, and PPS.proposals@usda.gov.
- Evaluation Factors: Best value to the Government, considering:
- Price: Evaluated for reasonableness.
- Past Performance: Customer satisfaction, compliance, quality, timeliness.
- Technical Approach: Proposed approach, equipment, personnel, logistics, subcontractors, biobased products, schedule.
- Offer Validity: Offers must be held firm for 90 calendar days.
- Bonds: Performance and payment bonds are required within 10 calendar days after award.
Important Notes
A site visit was held on February 4, 2026. All construction equipment must be pressure washed before entering National Forest System lands to prevent the transport of noxious weeds. Bidders must comply with the Davis-Bacon Wage Determination UT20260002 for prevailing wage rates. Vendors must have an active SAM.gov registration.