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 U.S. Department of Agriculture (USDA) Forest Service is soliciting proposals for the Fairy Lake Phase 2 Road & Recreation Improvements project on the Bozeman Ranger District of the Custer Gallatin National Forest in Bozeman, MT. This is a Total Small Business Set-Aside opportunity for comprehensive road and recreation infrastructure upgrades. The estimated magnitude of construction is between $1,000,000 and $5,000,000. Offers are due by April 15, 2026.
Scope of Work
This project entails significant infrastructure improvements, including excavation, drainage, road reconditioning, and surface stabilization. It also covers trail reconditioning and surfacing, installation of new turnouts, vault toilet(s), aggregate, and two Aquatic Organism Passage (AOP) culverts. The scope extends to trailhead and campground improvements. All work must adhere to FP-24, Forest Service Supplemental Specifications, and project-specific requirements.
Contract & Timeline
- Type: Anticipated Firm Fixed-Price contract.
- Magnitude: $1,000,000 to $5,000,000.
- Period of Performance: October 1, 2026, to October 30, 2027 (395 calendar days after Notice to Proceed). Work is scheduled to commence after the anticipated completion of Phase 1 in September 2026.
- Set-Aside: Total Small Business Set-Aside. The applicable NAICS Code is 237310 (Highway, Street & Bridge Construction) with a $45 million size standard.
- Offers Due: April 15, 2026, at 4:00 PM Mountain Time.
- Questions Due: April 8, 2026, at 4:00 PM Mountain Time, via email to lisa.rakich@usda.gov.
- Published: March 13, 2026.
Evaluation
Award will be made to the offeror representing the best value to the Government, based on a comparative evaluation. Key factors include Relevant Experience, Past Performance, and Price. Offerors must submit written documentation of Relevant Experience and Past Performance for five (5) relevant contracts completed within the last five (5) years.
Key Requirements & Attachments
- Technical Specifications: Detailed construction plans (Attachment5_Plans.pdf) and supplemental specifications (Attachment4_Specifications_FSSS.pdf) provide requirements for clearing, excavation, aggregate, culverts, vault toilets, and retaining walls.
- Pricing: Bidders must utilize the provided Price Schedule of Items (Attachment2_PriceScheduleOfItems.pdf).
- Labor Standards: Compliance with the Davis-Bacon Wage Determination (Attachment6 DavisBaconWageDetermination.pdf) for prevailing wage rates and fringe benefits in Montana is mandatory.
- Special Conditions (SOW): The Statement of Work (Attachment3_SOW.pdf) outlines requirements for biobased product utilization, noxious weed control, fire safety, traffic control (MUTCD), a safety plan, erosion/sediment control, protection of resources (e.g., Whitebark Pine), strict food storage, and waste disposal.
- Bonds: A Bid Guarantee/Bond (20% of total price) is required. Performance and Payment Bonds (100% of original contract award price) are required within 10 days of award.
Contact Information
Primary Contact: Lisa Rakich (lisa.rakich@usda.gov, 406-491-0561) Secondary Contact: Grant Morrison (grant.morrison@usda.gov, 406-587-6724)