GAOA Rexford Sewer & Water System Replacement
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 U.S. Department of Agriculture, Forest Service, Kootenai National Forest has issued a Solicitation for the GAOA Rexford Sewer & Water System Replacement project in Rexford, Montana. This opportunity is a Total Small Business Set-Aside for construction services to upgrade existing water and septic systems at the Rexford Bench Campground. The project magnitude is estimated between $1,000,000 and $5,000,000. Bids are due April 16, 2026, by 12:00 PM Mountain Time.
Scope of Work
The project involves comprehensive water and sewer improvements, including:
- Base Project: Installation of sewer lift stations, gravity systems, sewer piping, and water distribution lines. This also includes coordination with the local electric cooperative, clearing, grubbing, erosion control, earthwork, grading, asphalt repaving, directional drilling, and all miscellaneous needs for water and septic system installation.
- Option #1: Installation of an RV dump station, encompassing grubbing, demolition, sewer line work, signage, electrical service, reclamation, and lighting.
- Option #2: Water supply improvements, including flowmeters, electrical service, a water sampling station, vault boring, and appurtenances.
Detailed construction drawings and technical specifications are provided in the "Rexford Plan Set" and "ACE ELE CD Specs" documents.
Contract Details
- Contract Type: Firm Fixed Price.
- Period of Performance: 150 days from the Notice to Proceed, anticipated from May 1, 2026, to September 28, 2026.
- Project Magnitude: $1,000,000 - $5,000,000.
- Bonds: A 20% Bid Bond/Offer Guarantee is required if the quote exceeds $150,000. Performance & Payment Bonds at 100% of the original contract price are required if the value exceeds $150,000, due 10 days after award. Alternative protections apply for contracts between $35,000 and $150,000.
Submission & Evaluation
- Bid Due Date: April 16, 2026, by 12:00 PM Mountain Time.
- Submission Method: Email proposals to Paula Sales (paula.sales@usda.gov) and Lisa Rakich (lisa.rakich@usda.gov).
- Submission Requirements: Include a Schedule of Items, a document demonstrating recent and relevant experience/past performance (refer to pages 12-14 of the solicitation for details), and a bid guarantee if applicable.
- Evaluation Criteria: Award will be made to the quoter representing the best value to the Government, based on a comparative evaluation of Experience (recency, relevancy, quality) and Past Performance. Price will also be evaluated for fairness and reasonableness.
Key Dates & Site Visit
- Site Visit: A site visit was held on March 31, 2026, at 10:00 AM Mountain Time. Attendees were requested to email Morgan Sandall (morgan.sandall@usda.gov) if planning to attend.
- Questions Due: All questions were due by April 8, 2026, at 3:00 PM Mountain Time, to Paula Sales (paula.sales@usda.gov).
Eligibility
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 237110 (Water and Sewer Line and Related Structures Construction) with a Size Standard of $45.0 Million.
Important Notes
The Statement of Work (SOW) details performance standards, including work hours (Monday-Friday, 7:00 AM - 5:00 PM), safety plan requirements, and the need for a staging plan. The "Site Visit Questions" document clarifies construction notes regarding campground closures, spoil locations, and coordination requirements with the Forest Service for temporary closures of facilities like restrooms, trails, and parking areas. Bidders must adhere to OSHA regulations and prevailing wage rates as per the provided Wage Determination (MT20260078). A Geotechnical Evaluation Report is available for understanding subsurface conditions.