Circuit Rider Technical Assistance Program
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 United States Department of Agriculture (USDA) Rural Development is soliciting proposals for a Circuit Rider Technical Assistance Program. This is a 5-year Firm-Fixed Price (FFP) contract to provide nationwide technical support services to rural utility systems. The acquisition is a Full and Open Competitive solicitation. Proposals are due March 4, 2026, at 3:00 PM EST.
Opportunity Details
This requirement is a follow-on to an existing program, seeking to contract Circuit Rider Technical Support Services for the USDA Rural Development Rural Utility Service. The objective is to provide onsite technical assistance and training to eligible rural water systems across all 50 states and U.S. territories, ensuring effective, efficient, and sustainable operations. Services include troubleshooting, operations, maintenance, management, financial sustainability, regulatory compliance (e.g., Safe Drinking Water Act), facility security, loan applications, disaster assistance, and cybersecurity. Circuit Riders must have at least five years of relevant experience, and at least one per state must hold a water operator's certification within 90 days of contract start.
Contract Structure
- Contract Type: Firm-Fixed Price (FFP)
- Duration: 5 years (12-month base period + four 12-month option periods), anticipated May 1, 2026, to April 30, 2031.
- Place of Performance: Nationwide.
- Key Personnel: Chief Operations Officer, Chief Financial Officer, and Contract Manager are required.
- Travel: Travel costs are to be included in the unit price; no separate travel expenses will be paid.
Submission & Evaluation
- Proposal Due Date: March 4, 2026, 3:00 PM EST.
- Submission Format: Electronic submissions only. Each proposal volume must be a separate file. Key personnel documents (resumes, Letters of Commitment) must be separate, clearly labeled files (e.g., VolumeII_KeyPersonnel_COO). Internal PDF links are permissible; external links are prohibited. The email subject line must include the solicitation number (12RADA26R0001).
- Past Performance: Volume III (Past Performance) is not to be submitted by the offeror. Past Performance Questionnaires (PPQs) must be submitted directly to the Contracting Officer by the reference source by March 4, 2026, 3:00 PM EST.
- Evaluation Factors: Proposals will be evaluated based on Technical/Management (Capability/Experience, Key Personnel, Management/QA/Subcontracting), Past Performance, and Price. Technical/Management and Past Performance are considered more important than Price. A trade-off approach will be used to determine the best value.
Key Attachments
- Attachment 1 PWS: Details the scope of work, performance standards, and requirements.
- Attachment 2 Pricing Worksheet: Critical for bidders to provide detailed pricing for all CLINS (Circuit Riders, Annual Training, Reporting, Surge Support) across all base and option periods. Failure to price all periods may result in a non-responsive offer.
- Attachment 3 Subcontracting Plan Template: Required for outlining small business subcontracting goals.
- Exhibit B Past Performance Questionnaire: Used by evaluators to assess past performance.
Contact Information
For questions, contact Gary Brown at gary.brown3@usda.gov.