GAOA 4FO SMCG Trail Renovation

SOL #: 1240LT26Q0027Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Forest Service
HUMBOLDT-TOIYABE NATIONAL FOREST
SPARKS, NV, 89431, United States

Place of Performance

NV

NAICS

All Other Specialty Trade Contractors (238990)

PSC

Construction Of Highways, Roads, Streets, Bridges, And Railways (Y1LB)

Set Aside

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

Timeline

1
Posted
Feb 25, 2026
2
Submission Deadline
Mar 31, 2026, 11:00 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, Humboldt-Toiyabe National Forest, is soliciting proposals for the GAOA 4FO SMCG Trail Renovation project. This Total Small Business Set-Aside opportunity involves the construction of an asphalt trail and replacement of a 36-inch corrugated metal pipe (CMP) in the Spring Mountain National Recreation Area, Clark County, Nevada. The contract is a Combined Synopsis/Solicitation (RFQ/RFP), with proposals due by March 31, 2026, at 3:00 PM Mountain Time.

Scope of Work

The project's base bid includes:

  • Asphalt Trail Construction: Building a new 6-foot wide, 3-inch deep asphalt trail with a 2% cross slope and 4-inch aggregate base, connecting the upper visitor center to the lower Acastus Trail. This involves clearing, grubbing, excavation, embankment, grading, and subbase preparation. Existing trail materials will be conserved for shouldering and resting pads.
  • Resting Pads: Installation of asphalt resting pads (4' wide, 6' long, 3" deep) with compacted aggregate base.
  • Concrete Curb: Placement of NDOT Type 5 concrete curb, including a spillway to the culvert inlet.
  • Culvert Replacement: Removal of the existing 36-inch culvert, inlet stacked rock, and outlet riprap, followed by the installation of a new 36-inch culvert designed for a minimum 5% drop. Contractors must submit a proposed pipe plot.
  • Option Items: The solicitation includes options for extending the asphalt trail and shoulders, specifically Option 1 (485 linear feet) and Option 2 (438 linear feet) of additional 6-foot asphalt trail with 2-foot aggregate base shoulders.
  • Standards & Testing: All work must adhere to ABA standards for trails and landings, with aggregate base, asphalt, and concrete testing performed per FP-24 specifications.

Contract Details

  • Contract Type: Combined Synopsis/Solicitation (RFQ/RFP) for commercial items.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 238990 (All Other Specialty Trade Contractors), with a size standard of $16.5 million.
  • Product Service Code: Y1LB (Construction Of Highways, Roads, Streets, Bridges, And Railways).
  • Period of Performance: Anticipated from June 1, 2026, to September 30, 2026. The base bid contract time is 120 calendar days from the Notice to Proceed.
  • Place of Performance: Spring Mountain National Recreation Area, Humboldt-Toiyabe National Forest, Clark County, Nevada (near Las Vegas/Kyle Canyon).

Submission & Evaluation

  • Offer Due Date: March 31, 2026, at 3:00 PM Mountain Time. Questions are also due by this date.
  • Offer Validity: Offers must remain firm for 90 calendar days from the receipt date.
  • Evaluation Criteria: Award will be made to the offeror representing the Best Value to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach. Price will be evaluated for fairness and reasonableness. Technical Acceptability and Past Performance will be rated "acceptable" or "unacceptable"/"neutral," respectively. Only the lowest-priced offer will undergo evaluation for Technical Acceptability and Past Performance.
  • Required Documentation: Offerors must provide a detailed explanation of their ability to perform the required services, addressing the Statement of Work and FSSS, and submit pricing for all items to be considered responsive.
  • Wage Determination: Bidders must comply with the prevailing wage rates and fringe benefits outlined in Wage Determination NV20260024 for Clark County, Nevada.

Contact Information

People

Points of Contact

Derrick DodsonPRIMARY
Coby CubicSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 25, 2026
GAOA 4FO SMCG Trail Renovation | GovScope