CUSTER GALLATION NATIONAL FOREST - Riley Pass Bluff B Mine Waste Excavation Project
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, Custer Gallatin National Forest, is soliciting quotes for the Riley Pass Bluff B Mine Waste Excavation Project in Harding County, South Dakota. This project involves excavating historic mine waste and consolidating it. This is a 100% Small Business Set-Aside.
Scope of Work
The project requires the excavation of historic mine waste (containing arsenic and radium-226) from various locations on Bluff B, followed by its placement and compaction in designated consolidation areas. Key tasks include:
- Mobilization, demobilization, bonding, and insurance.
- Construction surveying and staking (GPS-controlled equipment required for excavation).
- Erosion control, dust control, and turf establishment (seeding).
- Channel borrow excavation, roadway construction, and aggregate surfacing.
- Handling of mine waste, requiring compliance with OSHA HAZWOPER regulations (40-hour training for personnel).
Contract Details
- Contract Type: Firm Fixed-Price Request for Quotation (RFQ).
- Estimated Magnitude: Between $1 million and $5 million (based on prior market research).
- Period of Performance: Non-seeding work must be completed by July 1, 2026. Seeding must occur prior to June 15, 2026, or between September 15 – October 15, 2026. The period of performance will not be extended.
- Bonds: A 20% bid bond/offer guarantee is required if the quote exceeds $150,000. Performance and Payment Bonds (100% of contract price) are required for contracts over $150,000, due 10 days after award. Payment protections are required for contracts between $35,000 and $150,000.
- Wage Determination: Davis-Bacon Act prevailing wage rates apply.
Submission Requirements
Quotes must be submitted by March 3, 2026, at 4:00 PM Mountain Time to alisha.knaub@usda.gov. Required documents include:
- Schedule of Items (pricing using Attach2.1240LU26Q0020SOI&SOW.pdf).
- A document demonstrating recent and relevant experience and past performance. The narrative response for this is limited to 10 pages. Past performance older than 10 years is not considered recent.
- Bid guarantee (if applicable).
- Acknowledgment of Amendments (e.g., SF-30 for Amendment 001).
Evaluation Criteria
Award will be based on Best Value to the Government, primarily evaluating Experience and Past Performance for recency, relevancy, size, complexity, and quality.
Key Dates & Contact
- Questions Due: February 23, 2026, 12:00 PM Mountain Time.
- Quote Due: March 3, 2026, 4:00 PM Mountain Time.
- Contact: Alisha Knaub, alisha.knaub@usda.gov, (406)438-2981.
Important Notes & Clarifications
- Working Hours: Work is not permitted on weekends or holidays unless approved by the Contracting Officer (CO). Night work is not allowed.
- Site Access: Keys for site access will be provided post-award. During the advertisement period, access is by walking in. Site photos (Attachment 6) are available.
- Dust Control: Visible dust is unacceptable; contractors must shut down if dust cannot be controlled.
- Archaeologist: Requests for onsite archaeologists require at least 14 days' advance notice.
- Electronic Files: The Government will provide polyline locations in DWG format; contractors must create other necessary electronic files.