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 seeking bids for the GAOA Iargo Springs Interpretive Site Stair and Boardwalk Renovation in Oscoda, MI. This Invitation For Bids (IFB) is a Total Small Business Set-Aside for construction services, estimated between $1,000,000 and $5,000,000. Bids are due by March 5, 2026, at 2:00 P.M. Eastern.
Scope of Work
This project involves significant site improvements 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 railing.
- An optional bid item for select boardwalk maintenance. The worksite features steep slopes leading into water, and contractors are strongly encouraged to inspect the location. Davis Bacon wages apply, and the site will be closed to the public during construction. Environmental restrictions prohibit cutting oak trees between April 15 and July 15.
Contract Details
- Type: Invitation For Bids (IFB), resulting in a Firm Fixed Price (FFP) contract.
- Set-Aside: Total Small Business Set-Aside.
- NAICS: 237990 Other Heavy and Civil Engineering Construction (Size Standard: $45,000,000).
- Period of Performance: 545 days after the Notice To Proceed (NTP), with an anticipated start date of March 16, 2026, and completion by September 13, 2027. Early completion is accepted.
- Estimated Magnitude: Between $1,000,000 and $5,000,000.
Submission & Evaluation
- Bids Due: March 5, 2026, by 2:00 P.M. Eastern.
- Submission Method: Email bids to debra.brinn@usda.gov and CC paul.boucher@usda.gov.
- Required Documents: A complete bid must include the "Schedule of Items" (Attachment 02) with all items priced, and acknowledgement of any amendments.
- Bid Bond: Required on Standard Form 24 (SF-24) for bids with base items exceeding $150,000.00.
- Evaluation: Award will be made to the lowest priced, responsible, and responsive offeror.
- Offer Validity: Offers must be held firm for 90 calendar days from the bid receipt date.
- Site Inspection: A pre-bid meeting and site visit were held on February 10, 2026. Bidders are still urged to inspect the site due to challenging conditions.
- Questions: Submit questions to paul.boucher@usda.gov and amy.lesher@usda.gov.
Key Documents
Bidders should review "Attachment 1 - Solicitation Terms and Conditions" (dated 02/09/2026), "02 Schedule of Items" for pricing, "03 SOW and Specs" for detailed requirements, "04 Plans" for construction drawings, "05 Map" for location, and "06 Wage Rates" for labor standards.