Davidson River Campground Brevard Sewer Project

SOL #: 12445226Q0005Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA-FS, CSA EAST 12
Atlanta, GA, 303092449, United States

Place of Performance

Pisgah Forest, NC

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

Construction Of Sewage And Waste Facilities (Y1ND)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 22, 2026
2
Last Updated
Mar 6, 2026
3
Submission Deadline
Mar 12, 2026, 9:00 PM

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 quotations for the Davidson River Campground Brevard Sewer Project in Pisgah Forest, NC. This project involves replacing the existing Schenck Job Corps pump station and force main to connect the Davidson River Campground and Pisgah Ranger District facilities to the City of Brevard Wastewater Collection System. This is a Total Small Business Set-Aside with an estimated magnitude between $1,000,000 and $5,000,000. Quotes are due by March 11, 2026, at 5:00 PM EST.

Project Scope

The primary objective is to address failing infrastructure, significant sewer surcharges, and Sanitary Sewer Overflows by replacing the current pump station and force main. The project includes:

  • Demolition and removal of existing structures.
  • Site grading, excavation, and trenching for utilities.
  • Installation of gravity and pressure sanitary sewer systems.
  • Horizontal directional drilling.
  • Provision and installation of submersible sewage pumps and a standby electric power system.
  • Erosion and sediment control, paving, concrete work, and landscaping.
  • Connection of the facilities to the City of Brevard Wastewater Collection System.

Contract Details

  • Contract Type: Firm-fixed price (anticipated).
  • Magnitude: Between $1,000,000 and $5,000,000.
  • Set-Aside: Total Small Business Set-Aside.
  • NAICS Code: 237110 (Construction Of Sewage And Waste Facilities) with a $45 million size standard.
  • Bonds: Performance and Payment Bonds (100% of award price) are required, due 5 days after award. Irrevocable letter of credit or SF-25A/SF-25 forms are acceptable alternatives.

Submission Requirements

Offerors must submit a comprehensive quotation including:

  • Acknowledged Solicitation Amendments.
  • Bid Guarantee.
  • Technical Approach: A narrative detailing the overall approach, sequence of tasks, understanding of trades, subcontractor management, risk mitigation, key personnel, and specific challenges like maintaining sewer service and environmental impacts. This must include three relevant construction projects (prime contractor, $250k+, water/wastewater utility work, completed within 7 years). The technical approach is limited to six 8.5x11 pages.
  • Past Performance: Information on three relevant construction projects, submitted via a Past Performance Questionnaire (PPQ) template (Attachment 8), CPARS, or CCASS reports. Note: The PPQ template indicates a deadline of March 2, 2026, 5:00 PM EST for direct submission to the government.
  • Schedule of Items: Completed pricing using the provided Schedule A Bid Form (Attachment 5).
  • Offer Acceptance Period: Prices must be held firm for 90 calendar days.

Evaluation Criteria

Award will be made to the offeror with the highest technically rated quotation that also demonstrates fair and reasonable pricing and acceptable or neutral past performance. Tradeoffs will not be conducted. Technical approach will be evaluated for soundness and compliance. Price will be assessed for fairness and reasonableness.

Key Documents & Dates

  • Quote Due Date: March 11, 2026, at 5:00 PM EST.
  • Questions Due: February 13, 2026, at 12:00 PM ET (email to jalisa.sims@usda.gov).
  • Site Visit: Highly encouraged on February 5, 2026, at 10:00 A.M. ET (RSVP required, location details in Attachment 7).
  • Attachments: Revised Solicitation Terms and Conditions, Revised Technical Specifications, Revised Plan Set, Revised Schedule of Items (pricing form), Measurement and Payment details, Davis-Bacon Wage Determination, Site Visit Information, and a Past Performance Questionnaire Template. A 2023 Bridge Inspection Report is also provided for context.

Contact Information

For inquiries, contact Jalisa C. Sims at jalisa.sims@usda.gov.

People

Points of Contact

SIMS, JALISA CPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 8
Combined Synopsis/Solicitation
Posted: Mar 6, 2026
View
Version 7
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Mar 3, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Jan 23, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 22, 2026
View