Dust Abatement-Water Trucks
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, Salmon-Challis National Forest in Idaho, is soliciting quotations for Dust Abatement-Water Trucks. This Total Small Business Set-Aside opportunity requires two water trucks with operators to support road preparation and the application of chloride dust palliatives on specific forest roads. Quotations are due May 19, 2026, at 1:00 PM Mountain Time.
Scope of Work
The contractor will provide two water trucks, each with a minimum capacity of 3400 gallons, along with operators. These trucks will be used to pre-wet roads to facilitate grading and ensure proper penetration of dust palliative products on the Salmon River Road (60030), Stanley-Landmark (40579), and Dagger-Boundary (40568) roads. Key requirements include:
- Ability to draft water using on-board or auxiliary pumps at unimproved sites.
- Intake screens must meet National Marine Fisheries Service guidelines (max 3/32" opening, max 0.2 ft/sec approach velocity).
- Operations must minimize erosion and prevent pollution of waterways; vehicles must be cleaned before entering the forest.
- Mobilization to and from the project site will be paid.
- Equipment breakdowns require prompt repair or replacement within 48 hours. Detailed maps (Attachments 1 & 2) specify application rates (e.g., 0.5 gal/SY of 31% MgCl2 for 16ft width) and identify sensitive water crossings where product application is prohibited within 50 feet.
Contract Details
- Contract Type: Firm-Fixed Price Request for Quotation (RFQ).
- Set-Aside: Total Small Business.
- NAICS Code: 532120 (Truck, Utility Trailer and RV Rental and Leasing) with a $47 Million size standard.
- Period of Performance: Notice to Proceed may be issued after June 1, 2026, with project completion required by July 10, 2026.
- Estimated Quantity: A maximum of 120 hours total for both trucks, billed by actual quantity.
Submission & Evaluation
- Offer Due Date: May 19, 2026, at 1:00 PM Mountain Time.
- Questions Due Date: May 11, 2026, at 1:00 PM Mountain Time.
- Submission Method: Email separate Technical and Price proposals to Christine.M.Hansen@usda.gov.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA), considering Technical Acceptability, Price (fair and reasonable), and Past Performance.
- Offer Acceptance: Prices must remain firm for 90 calendar days.
Important Attachments
Bidders must review Wage Determinations (Attachments 3 & 4) for specific Idaho counties, as these documents outline minimum wage rates and fringe benefits required under the Service Contract Act, directly impacting cost proposals.