GAOA Lake Winfield Scott Campground (GA)
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 proposals for the GAOA Lake Winfield Scott Campground Construction project in Suches, GA. This Total Small Business Set-Aside opportunity involves replacing obsolete infrastructure and is estimated to be between $1,000,000 and $5,000,000. The project aims to modernize the campground facilities, ensuring long-term usability and safety.
Scope of Work
The primary scope includes:
- Replacing the existing north loop bathhouse.
- Updating the campground water and sewer systems.
- Implementing soil erosion control and site stabilization.
- Conducting survey staking and pavement repairs. Optional items, contingent on funding, include:
- Replacing the existing south loop bathhouse.
- Repairing/renovating the guard shack.
- Replacing the entrance/dump station. The period of performance is 365 calendar days after the Notice to Proceed.
Contract Details
- Solicitation Type: Request for Quotation (RFQ) 12445226Q0003, combined synopsis/solicitation under FAR Part 12.
- Contract Type: Firm-Fixed-Price construction contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 236220 (Commercial and Institutional Building Construction) with a $45M size standard.
- PSC: Y1FB (Construction Of Recreational Buildings).
- Magnitude: Between $1,000,000 and $5,000,000.
- Agency: USDA Forest Service, CSA EAST 12.
Key Dates
- Site Visit (Highly Encouraged): Wednesday, February 11, 2026, at 10:00 AM EST. RSVP to penny.zortman@usda.gov and Jalisa.sims@usda.gov by Tuesday, February 10, 2026, 1:00 PM EST.
- Questions Due: Friday, February 13, 2026, by 1:00 PM ET. Submit via email to penny.zortman@usda.gov and Jalisa.sims@usda.gov.
- Proposal Due: Tuesday, March 11, 2026, by 5:00 PM ET.
Evaluation Criteria
Award will be based on Best Value to the Government, considering:
- Relevant Experience: Demonstrated experience as a General Contractor on two similar projects ($2M+ value, completed within the last 8 years).
- Past Performance: Five relevant contracts within the last 5 years for the offeror, teaming partners, and critical subcontractors.
- Key Personnel: Resumes for Project Manager and On-Site Construction Superintendent.
- Technical Approach: Narrative and GANTT chart construction schedule.
- Price: Based on the Schedule of Items (A3 – SOI), including base and option items.
Additional Notes
A bid guarantee is required. The contractor will be responsible for acquiring applicable permits beyond those obtained by the Forest Service. Bidders should be aware of ongoing bridge construction on SR-180 at Slaughter Creek, which may impact logistics. Prevailing wage rates (GA20250107) apply. Offerors must hold prices firm for 90 days.