CUSTER GALLATIN 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, has issued a Request for Quotation (RFQ) for the Riley Pass Bluff B Mine Waste Excavation Project (Solicitation #1240LU26Q0020). This project involves the excavation and consolidation of historic mine waste in Harding County, South Dakota. This opportunity is a 100% Small Business Set-Aside. Quotes are due by March 3, 2026, at 4:00 PM Mountain Time.
Scope of Work
The project requires the excavation of historic mine waste, specifically from Area 1 (225,000 CY) and Area 2 (85,000 CY), with the 85,000 CY from Item 20615 to be excavated first. The excavated waste, containing specific arsenic and radium concentrations, must be placed and compacted in designated consolidation areas. Key tasks include site preparation, grading, construction of roadways and embankments, erosion control, dust control, and turf establishment using Sterile Rye. Contractors must utilize GPS machine-mounted grade control equipment for excavation and ensure all personnel have 40-hour HAZWOPER training. Roadway reconditioning on NFSR #3120, #3123, and #3130 will require a traffic control plan.
Contract Details
- Contract Type: Firm Fixed-Price
- NAICS Code: 562910 (Remediation Services), Size Standard: 1,000 employees
- Estimated Magnitude: Between $1 million and $5 million (based on prior market research)
- Period of Performance: All non-seeding work must be completed by July 1, 2026 (firm). Seeding must occur prior to June 15, 2026, or between September 15 – October 15, 2026. No extensions to the period of performance will be granted.
- Bonds: A 20% Bid Bond is required for quotes exceeding $150,000. Performance and Payment Bonds, at 100% of the original contract price, are required for contracts over $150,000 and are due 10 days after award. Payment protections are required for contracts between $35,000 and $150,000.
- Wage Rates: Compliance with Davis-Bacon Act prevailing wage rates for South Dakota Heavy and Highway Construction is mandatory.
Submission & Evaluation
Quotes will be evaluated on a best value basis, considering Experience and Past Performance (recency, relevancy, and quality) using a comparative methodology. Required submission documents include:
- A completed Schedule of Items (pricing).
- A document demonstrating recent and relevant experience and past performance. The narrative portion is limited to 10 pages, and past performance older than 10 years is not considered recent.
- A Bid Guarantee, if applicable.
- Acknowledgment of all amendments.
- A roster of all workers with current HAZWOPER certificates.
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 at alisha.knaub@usda.gov or (406) 438-2981.
Additional Notes
Work is not permitted on weekends or holidays without Contracting Officer approval, and night work is not allowed. Site access keys will be provided post-award, but walk-in access is permitted during the advertisement period. Contractors are responsible for providing their own water source for dust control, requiring written permission from the owner and adherence to regulations. Visible dust is unacceptable, requiring operations to shut down if uncontrolled. Alternate aggregate sources will be considered if tested for Erionite Non-Detect.