AZ & NM Mine Site Maintenance and Minor Construction
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 U.S. Department of Agriculture (USDA) Forest Service has issued a Combined Synopsis/Solicitation for Mine Site Maintenance and Minor Construction services in Arizona and New Mexico. This Total Small Business Set-Aside opportunity seeks a contractor to perform remediation activities at former mine sites within the Coronado National Forest (AZ) and Santa Fe National Forest (NM). A single Firm-Fixed-Price contract is anticipated. Quotes are due by April 13, 2026, 1:00 PM CDT.
Scope of Work
The contractor shall furnish all labor, materials, equipment, and supervision for site maintenance and minor construction at mine waste repository areas and former mine sites remediated under CERCLA. Specific tasks include:
- Arizona Sites (Coronado National Forest): Fence removal (Lead Queen Mine), bat-compatible closure installation (Blue Nose Mine), soil decompaction, dry seeding, and erosion control fabric installation (Marstellar Mine).
- New Mexico Sites (Santa Fe National Forest): Fencing (1,510 LF barbed wire), new 4-foot heavy-duty Agstar pedestrian gate, and minor clearing (Nacimiento Mine). All disturbed areas must be restored by grading and seeding, with debris and unused materials removed off-site.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5), with a $45M size standard.
- Period of Performance: Approximately 10 months, starting April 20, 2026, and ending March 1, 2027. Two separate Notices to Proceed (NTPs) will be issued: Arizona sites (October 1, 2026 – March 1, 2027) and New Mexico sites (180 calendar days from NTP).
- Wage Requirements: Davis-Bacon Act prevailing wages apply. Bidders must refer to Attachment 3 (AZ20260007) for Arizona and Attachment 4 (NM20260041) for New Mexico wage determinations.
- Invoicing: Via the U.S. Department of Treasury's Invoice Processing Platform (IPP).
Submission & Evaluation
- Offers Due: April 13, 2026, 1:00 PM Central Daylight Time (CDT).
- Requests for Information (RFIs) Due: March 30, 2026, 1:00 PM CDT.
- Submission Method: Offers must be submitted via email to troy.mccullough@usda.gov.
- Evaluation Criteria: Award will be made to the offeror presenting the most technically advantageous solution, provided the price is fair and reasonable, and past performance is acceptable or neutral. Tradeoffs will not be conducted.
- Eligibility: Offerors must have an active entity registration at SAM.gov and hold prices firm for 60 calendar days.
Key Attachments
- Attachment 1 - Statement of Work: Provides detailed specifications, scope, and special requirements (e.g., Work Plan, Site Health and Safety Plan, Certifications).
- Attachment 2 - Schedule of Items: Outlines specific Contract Line Item Numbers (CLINs) for pricing.
- Attachment 3 & 4 - Wage Determinations: Provide mandatory prevailing wage rates for Arizona and New Mexico.
Additional Notes
A site visit is not scheduled; contractors may visit sites on their own.