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, CSA EAST 13, is issuing an Invitation For Bids (IFB) for the GAOA Iargo Springs Interpretive Site Stair and Boardwalk Renovation project in Oscoda, MI. This Total Small Business Set-Aside opportunity seeks construction services to renovate existing site infrastructure. Bids are due by March 10, 2026, at 1:00 P.M. Eastern.
Scope of Work
This project involves significant site improvements at the Iargo Springs Interpretive Site. Key requirements include the removal and replacement of the existing wood stair from the upper parking area to the lower boardwalk, replacement of the upper observation platform decking and railings, and the removal of a stairway and landing near the dam at the lower level, followed by the installation of a new railing. An optional bid item for select boardwalk maintenance is also included. The worksite features steep slopes, and a site inspection is strongly encouraged. Davis Bacon wages apply to this Federal Construction project. The site will be closed to the public during construction, and contractors are responsible for barricading and signage. Environmental restrictions prohibit cutting oak trees between April 15 and July 15 due to Oak Wilt fungus.
Contract Details
This is anticipated to be a Firm Fixed Price (FFP) contract with an estimated magnitude between $1,000,000 and $5,000,000. The Period of Performance is 545 days after the Notice to Proceed (NTP), with early completion accepted and the NTP date being negotiable. The applicable NAICS code is 237990 (Other Heavy and Civil Engineering Construction) with a small business size standard of $45,000,000.
Submission & Evaluation
Bids must be emailed to debra.brinn@usda.gov and CC paul.boucher@usda.gov by the deadline. A complete bid must include Attachment 02 Schedule of Items with all items priced and acknowledgement of all amendments. A bid bond on Standard Form 24 (SF-24) is required for bids with base items exceeding $150,000.00. Offerors must hold prices firm for 90 calendar days. Award will be made to the lowest priced, responsible, and responsive offeror. Alternate offers are permitted but must be submitted in writing to the Contracting Office at least seven days prior to bid opening, including a complete description of the alternate. Alternative foundation systems or materials require a Professional Engineer (PE) review and stamp.
Important Notes
Offerors are urged to inspect the site due to challenging conditions. Questions regarding the solicitation should be emailed to paul.boucher@usda.gov and amy.lesher@usda.gov. Key attachments include the latest SOW and Specs (dated 02/25/2026), Schedule of Items, Plans, Wage Rates, EGLE Permit, and Soil Boring Logs.