127EAW26Q0010 - GAOA, Lake Almanor CG Reconstruction
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 is soliciting quotes for the GAOA, Lake Almanor CG Reconstruction project (Solicitation #127EAW26Q0010) in Chester, CA. This Total Small Business Set-Aside opportunity involves significant site reconstruction, including pavement, parking, and accessible walkways at the Almanor Picnic Area. The project magnitude is estimated between $250,000 and $500,000. Quotes are due April 28th, 2026, at 1:00 PM Pacific Time.
Scope of Work
This Firm Fixed Price contract requires the removal and reconstruction of existing pavement and parking areas. Key tasks include enlarging and widening the highway ingress/egress route and paved loop (27N35), and adding new paved parking for 6 trailer spaces, 6 passenger vehicles, and 1 accessible parking space. The scope also covers the removal and reconstruction of accessible walkways leading to vault toilets and the construction of new accessible walkways connecting parking areas. All work must adhere to federal regulations and US Forest Service specifications, including FP-14, MUTCD, FSORAG, and ABA.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Magnitude: Between $250,000 and $500,000
- Contract Type: Firm Fixed Price
- Place of Performance: Almanor Picnic Area, Lassen National Forest, Chester, CA
- Period of Performance: 120 calendar days, commencing within 10 days after Notice to Proceed. Work is seasonal (May-October) and limited to non-holiday weekdays (0700-1900).
Submission & Evaluation
- Requests for Information (RFIs): Due by April 14th, 2026, 1:00 PM Pacific Time. Must be submitted using Attachment 7 (RFI Form) via email to Gregory.Cunningham@usda.gov.
- Quotes Due: By April 28th, 2026, 1:00 PM Pacific Time, emailed to Gregory.Cunningham@usda.gov.
- Required Documents: SF1442, Attachment 3 (Schedule of Items) with complete pricing, Technical Approach, Past Performance documentation, and Bid Guarantee (if requested).
- Evaluation Criteria: Technical Approach, Past Performance, and Price. Award will be made to the offeror representing the best value to the Government.
Important Notes
- Site Visit: No organized site visit will be held. Project locations are publicly accessible, and offerors are responsible for inspecting the site.
- Compliance: Bidders must comply with the Davis-Bacon Act wage determination (WD # CA20260007) and the provided Fire Plan, which outlines fire prevention and suppression responsibilities.
- Contract Administration: Electronic invoicing through the Invoice Processing Platform (IPP) is mandatory. Key personnel, including a Project Manager, Site Superintendent, and Quality Control Manager, are required. An English-fluent foreman/superintendent must be on-site during work.