GAOA LCIC Window Repair and Replacement Helena-Lewis & Clark National Forest
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, Helena National Forest, is soliciting quotations for Window Repair and Replacement at the Lewis and Clark Interpretive Center in Great Falls, MT. This is a Total Small Business Set-Aside for a Firm Fixed Price contract, aiming to restore the water-tight functions of the building's window assemblies. Quotations are due by May 20, 2026.
Scope of Work
The project involves comprehensive window maintenance and replacement, including:
- Replacement of damaged windows.
- Replacement of all vinyl weather stripping.
- Caulking of exterior window perimeters.
- Washing of all windows upon completion.
- Contractor is responsible for all labor, materials, tools, and waste disposal in compliance with regulations.
Contract Details
- Contract Type: Firm Fixed Price (Combined Synopsis/Solicitation - RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 238390 (Building Finishing Contractors) with a $19M size standard.
- Period of Performance: Work to commence within 30 days of notice to proceed, with completion no later than September 30, 2026.
- Place of Performance: Lewis and Clark Interpretive Center, 4201 Giant Springs Road, Great Falls, MT 59405.
Submission & Evaluation
Quotations will be evaluated based on:
- Technical Approach: Ability to meet Statement of Work (SOW) requirements and thorough understanding of the project.
- Price: Fair and reasonable, as requested in Attachment 1 - Schedule of Items.
- Past Performance: Assessed as acceptable or neutral.
Award will be made to the offeror representing the best value, prioritizing the highest technically rated offeror whose price is fair and reasonable and past performance is acceptable or neutral. Tradeoffs will not be conducted. Offerors must hold prices firm for 90 calendar days.
Key Dates
- Questions Due: May 8, 2026, at 12:00 PM Pacific Time.
- Quotations Due: May 20, 2026.
Important Notes
- A pre-bid tour is not scheduled; prospective bidders are responsible for visiting the site. Contact Reid Stovall (reid.stovall@usda.gov or 406-495-3766) to schedule a site visit.
- The solicitation incorporates numerous FAR clauses by reference.
- Wage Determination MT20260062 for Cascade County, Montana, is applicable, specifying prevailing wage rates and fringe benefits for various construction trades.
- Detailed architectural drawings, specifications, and a schedule of items are provided in attachments for accurate bidding.