Custer Gallatin NF - Fairy Lake Phase 2 Road & Recreation Improvements
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 is soliciting quotes for the Custer Gallatin National Forest - Fairy Lake Phase 2 Road & Recreation Improvements project in Bozeman, MT. This Total Small Business Set-Aside opportunity involves significant road and recreation infrastructure upgrades, with an estimated magnitude between $1,000,000 and $5,000,000. Quotes are due by April 24, 2026, at 4:00 PM Mountain Time.
Scope of Work
This project focuses on comprehensive improvements to the Fairy Lake area. Key tasks include excavation, drainage, road reconditioning, and surface stabilization. Recreation enhancements involve trail reconditioning and surfacing, installation of new turnouts, and new vault toilet(s). Additionally, the work requires aggregate installation and the placement of two AOP culverts. All work must adhere to FP-24, Forest Service Supplemental Specifications, and project-specific requirements. The project also includes trailhead and campground improvements.
Contract & Timeline
This is a Combined Synopsis/Solicitation for a Firm Fixed-Price contract. The Period of Performance is anticipated from October 1, 2026, to October 30, 2027, following the completion of Phase 1, expected by September 2026. Work is to commence within 7 calendar days of the Notice to Proceed.
Set-Aside & Eligibility
This acquisition is a Total Small Business Set-Aside. The applicable NAICS Code is 237310 (Highway, Street & Bridge Construction) with a small business size standard of $45 million. All responsible small businesses are encouraged to submit a quotation.
Submission & Evaluation
Quotes must be submitted by April 24, 2026, at 4:00 PM Mountain Time. Award will be made to the offeror representing the best value to the Government, based on a comparative evaluation of Relevant Experience, Past Performance, and Price. Offerors must provide documentation for five relevant contracts completed within the last five years. A 20% Bid Guarantee/Bond is required, with 100% Performance and Payment Bonds due after award.
Key Amendments & Clarifications
Amendment 0001 extended the quote due date and updated Attachment 2 (Schedule of Items) to a larger, fillable format. It also clarified that Surfacing Coarse Aggregate Grading G or T is allowed and can be sourced from Livingston, MT. Vendor Q&A confirmed no geotechnical borings, blasting is not anticipated (excavation paid as "unclassified"), bid schedule quantities are cumulative, and excess excavation material will be used as embankment within approved project areas.
Special Requirements
Contractors must comply with requirements for biobased product utilization, noxious weed control, and fire safety. Other responsibilities include traffic control (adhering to MUTCD), submitting a safety plan, erosion and sediment control, and locating existing utilities. The project is subject to Davis-Bacon Wage Determinations for highway construction in Montana.