GAOA Iargo Springs Interpretive Site Stair and Boardwalk Renovation
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 bids for the GAOA Iargo Springs Interpretive Site Stair and Boardwalk Renovation in Oscoda, MI. This Total Small Business Set-Aside opportunity, issued as an Invitation For Bids (IFB), seeks a contractor to perform significant site improvements, including the removal and replacement of existing stairs, observation platform decking and railings, and other related structures. The estimated magnitude of this Firm Fixed Price (FFP) contract is between $1,000,000 and $5,000,000. Bids are due by March 10, 2026, at 1:00 P.M. Eastern.
Scope of Work
The project involves comprehensive renovation at the Iargo Springs Interpretive Site. Key tasks include:
- Removal and replacement of the existing wood stair from the upper parking area to the lower boardwalk.
- Removal and replacement of the upper observation platform decking and railings.
- Removal of a stairway and landing near the dam at the lower level, and installation of a new railing.
- An optional bid item for select boardwalk maintenance. The work site features steep slopes and wetlands, requiring adherence to an EGLE permit. The site will be closed to the public during construction, and Davis Bacon wages apply.
Contract Details & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business Set-Aside (NAICS 237990, $45M size standard)
- Estimated Magnitude: $1,000,000 to $5,000,000
- Period of Performance: 545 days after Notice to Proceed (NTP), with an expected period of March 16, 2026, to September 13, 2027. The government prefers completion within one construction season.
- Bid Due Date: March 10, 2026, 1:00 P.M. Eastern
- Bid Opening: March 10, 2026, 1:00 P.M. Eastern (virtual via Microsoft Teams)
Submission & Evaluation
Bids must be emailed to debra.brinn@usda.gov and CC paul.boucher@usda.gov. A complete bid requires Attachment 02 Schedule of Items with all items priced and acknowledgement of all amendments. A bid bond (SF-24) is required for bids exceeding $150,000.00. Award will be made to the lowest priced, responsible, and responsive offeror. Offers must remain firm for 90 calendar days.
Key Requirements & Clarifications
- Site Inspection: Strongly encouraged due to challenging site conditions.
- Alternate Offers: Permitted for Diamond Pier foundations, Helical-type foundations, and Aluminum stair treads, but require a complete written description, detailed deviations, a PE-stamped design, and Buy American Act compliance. Submissions for alternates must be made at least seven days prior to bid opening.
- Foundations: Alternative foundation systems (e.g., helical piles, diamond piers, pipe piles) are acceptable with a Professional Engineer (PE) stamped design. Existing footings can be cut off below grade.
- Materials: Steel components must comply with the Buy American Act. Copper Napthenate is the required lumber treatment.
- Environmental: No oak tree cutting between April 15 and July 15.