AFD Visitor Center Remodel
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, Aerial Fire Depot is soliciting proposals for the AFD Visitor Center Remodel in Missoula, Montana. This project involves comprehensive renovation of the visitor center, including deconstruction, landscaping, and interior/exterior remodeling. This is a Total Small Business Set-Aside with an estimated magnitude between $500,000 and $1,000,000. Quotes are due by March 18, 2026.
Scope of Work
The project entails a complete remodel of the Aerial Fire Depot's Visitor Center, located at 5765 W. Broadway, Building E, Missoula, Montana. Key tasks include:
- Deconstruction and storage of the existing fire lookout.
- Exterior landscaping, including irrigation system installation and planting.
- Interior, exterior, bathroom, and basement remodeling, covering all associated electrical, mechanical, and plumbing systems.
- Installation of new lighting and addressing accessibility requirements.
- Related building site remodeling tasks, with an optional item for an entry sign.
The construction period of performance is 6 months. All work must adhere to OSHA safety regulations (OSHA 1926 and OSHA 1910), and a written, approved safety plan is required before commencing work. The Visitor Center will be closed during construction.
Contract Details
- Contract Type: Firm Fixed Price (anticipated).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 236220 Commercial and Institutional Building Construction, with a $45.0M size standard.
- Magnitude of Construction: Between $500,000 and $1,000,000.
- Bonds: A 20% bid bond/offer guarantee is required. Performance and Payment Bonds (100% of original contract award price) are due 10 days after award.
- Offer Acceptance Period: 90 calendar days from the date specified for receipt of offers.
- Wage Rate Requirements: Prevailing wage rates and fringe benefits, as detailed in Attachment 7, apply.
Submission & Evaluation
- Quotes Due: March 18, 2026, by 9:00 PM ET.
- Questions Due: March 11, 2026, at 12:00 PM Mountain Time.
- Site Visit: A site visit is scheduled for Friday, February 27, 2026, at 11:00 AM MT. Interested parties must email morgan.sandall@usda.gov to attend.
- Submission Email: paula.sales@usda.gov
- Evaluation Criteria (Best Value): Award will be made based on:
- Relevant Experience: Demonstrated capability in similar scope, size, and complexity.
- Past Performance: Five relevant contracts within the last five years, utilizing Attachment 8.
- Technical Approach: Assessment of proposed approach, timeline, skills, and logistics.
- Price: Evaluation for fairness and reasonableness per FAR 12.204.
Key Attachments
The solicitation includes a Combined Synopsis/Solicitation, Schedule of Items, Statement of Work, Specifications (Volumes 1 & 2), Drawings, Wage Determination, and a Past Performance Questionnaire.