Cole Ranch Farmhouse Demolition Services
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. Forest Service, San Juan National Forest, is seeking Total Small Business contractors for Cole Ranch Farmhouse Demolition Services in Durango, CO. This Request for Quotation (RFQ) covers the demolition and removal of three non-mission-essential structures (farmhouse, gable barn, shed) that pose safety, security, and environmental concerns. The work includes complete removal, debris disposal, site restoration, and documentation. Quotations are due by May 26, 2026, at 5:00 PM Mountain Time.
Scope of Work
This requirement involves the demolition and removal of three specific structures at 670 Cole Ranch Rd, Durango, CO:
- Building #1 – Griffith Dairy Farmhouse (~1,286 SF)
- Building #2 – Griffith Dairy Gable Barn (~912 SF)
- Building #3 – Griffith Dairy Shed (~96 SF)
Key tasks include disconnecting and removing utilities, complete structural demolition (including foundations), segregating materials for recycling, controlling dust and noise, handling septic tanks, removing all debris to licensed facilities, and restoring the site with proper grading and backfill (approx. 200 cubic yards for the farmhouse basement).
Contract Details
- Contract Type: Firm Fixed Requirements Type (RFQ)
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 238910 (Other Building Moving, Demolition and Related Services)
- Size Standard: $19 Million
- Period of Performance: June 8, 2026, to July 8, 2026 (to be completed within 30 days of contract award).
- Place of Performance: Cole Ranch, Durango, CO.
Eligibility & Evaluation
Award will be made to one responsible offeror based on the Lowest Price Technically Acceptable (LPTA) criteria. Evaluation factors include:
- Price: Fair and reasonable.
- Technical Acceptability: Rated as "acceptable" or "unacceptable," requiring a detailed explanation of the approach to demolition, safety, waste management, and regulatory compliance.
- Past Performance: Evaluated as Acceptable, Neutral, or Unacceptable.
Submission Requirements
Offerors must submit pricing for all items, provide resumes for the Project Manager and Site Superintendent/Foreman, and include a Quality Control Plan (QCP) with their quote. A Past Performance Data Sheet is provided for documenting relevant experience. Offerors must hold prices for 60 calendar days.
Questions & Contact
Questions regarding this solicitation must be submitted via email to Curtis Landreth (curtis.r.landreth@usda.gov) by May 20, 2026, at 12:00 PM Mountain Time.
Additional Notes
A Wage Determination (No. 2015-5435, Rev. 30) is applicable, outlining minimum wage rates and fringe benefits for various occupations in specified Colorado counties, including La Plata. Offerors must comply with Executive Orders 13706 (Paid Sick Leave) and 13658 (Minimum Wage for Federal Contractors). Site photos are provided as Attachment 2 for visual context.