ALF Portal Sign Repair and Installation
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 quotations for ALF Portal Sign Repair and Installation within the Allegheny National Forest, Pennsylvania. This Total Small Business Set-Aside opportunity involves the construction, reconstruction, and rehabilitation of stone bases for various portal signs. The Government will provide new signs, while the contractor will furnish all labor, materials, equipment, and supervision for the stone base work. Quotes are due by February 13, 2026, at 5:00 P.M. ET.
Scope of Work
This project requires the construction and rehabilitation of stone bases for portal signs across Warren, McKean, Elk, and Forest Counties, PA. Key tasks include:
- New Construction: One informational sign stone base near the PA/NY border.
- Reconstruction: One recreation site sign stone base for Dewdrop Campground.
- Rehabilitation: Up to nine existing stone sign bases, involving cleaning, repointing mortar, re-attaching loose stones, and potential replacement of support posts and mounting brackets.
- Signage: New signs (identification/information, Forest Service shields, "U.S. Department of Agriculture" strips) will be provided by the Government.
- Materials: Contractors should prioritize using original materials for rehabilitation; new stone must be locally-sourced and similar in appearance.
- Personnel: Requires a Site Superintendent, qualified Masons with documented experience, and a Restoration Specialist with at least 5 years of masonry restoration experience.
- Technical Requirements: Detailed specifications are provided for cast-in-place concrete, stone masonry veneer, and masonry restoration/cleaning, including adherence to specific codes and standards (e.g., ASTM, ACI).
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 236220 - Commercial and Institutional Building Construction (Small Business Size Standard: $45 Million).
- Award Type: One award based on Lowest Price Technically Acceptable (LPTA).
- Period of Performance: 180 days from award, with a work completion deadline of November 2, 2026, for all base and option items.
- Place of Performance: Various sites within the Allegheny National Forest, Pennsylvania.
Submission & Evaluation
- Submission Deadline: Quotes must be emailed to kevin.brown2@usda.gov by February 13, 2026, at 5:00 P.M. Eastern Time.
- Offer Period: Prices must be held firm for 90 calendar days.
- Evaluation Criteria (LPTA):
- Price: Must include pricing for all base and option items as detailed in "Attachment 7 Schedule of Items."
- Technical Acceptability: Requires a sound approach, detailed explanation of mason qualifications, restoration experience (minimum 3 years), and a list of similar completed projects.
- Past Performance: May be evaluated using references, USDA contract history, and CPARS.
- Only the lowest priced offer will be evaluated for Technical Acceptability and Past Performance initially.
Key Attachments
- Attachment 1 - Solicitation Terms and Conditions: Contains applicable clauses, instructions, and evaluation criteria.
- Attachment 2 - Statement of Work: Details project objectives, scope, and special requirements.
- Attachment 3 - Specifications: Outlines technical requirements for concrete, masonry veneer, and restoration.
- Attachment 4 - Drawings: Provides construction drawings and design details for sign bases.
- Attachment 5 - Map: Visualizes project locations within the forest.
- Attachment 6 - Wage Determination: Specifies prevailing wage rates (PA20260002) for various trades.
- Attachment 7 - Schedule of Items: Lists base and option items for pricing.
Important Notes
Vendors are encouraged to visit sites independently as no scheduled site visit is planned. Site-specific questions can be directed to the Contracting Officer Representative, Amy Lesher (amy.lesher@usda.gov), with a CC to Kevin Brown (kevin.brown2@usda.gov). Compliance with FAR, AGAR, and prevailing wage requirements is mandatory.