Helena National Forest - Park Lake Dam Rehabilitation
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 soliciting quotes for the Park Lake Dam Rehabilitation project on the Helena Ranger District of the Helena-Lewis and Clark National Forest in Clancy, MT. This is a Total Small Business Set-Aside with an estimated magnitude between $1,000,000 and $5,000,000. Quotes are due by Thursday, February 19, 2026, at 4:00 PM MST.
Scope of Work
This project involves comprehensive rehabilitation of the Park Lake Dam over two field seasons (May 1, 2026, to October 31, 2027). Key tasks include clearing and grubbing, dewatering Park Lake, deconstruction of the existing dam, construction of a new dam with a new seismic foundation, hydraulic seepage control, road reconstruction, and reclamation. The contractor is responsible for all labor, materials, tools, equipment, scheduling, and sequencing. Dewatering cannot commence before July 15 of the first year.
Contract Details
- Contract Type: Request for Quotation (RFQ) for a firm fixed-price contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 237990 (Other Heavy & Civil Engineering Construction) with a $45 million size standard.
- Magnitude: Between $1,000,000 and $5,000,000.
- Period of Performance: May 1, 2026, to October 31, 2027.
- Bid Bond: A 20% bid bond/offer guarantee is required for quote submission.
Key Requirements & Clarifications
- Technical Plans: Detailed 100% plans (Attachment 5) outline engineering specifications for hydraulic seepage control, dam embankment, toe drain system, and saddle dike.
- Geotechnical Data: Attachment 8 provides critical subsurface soil data (boring logs, lab tests) and temporary haul road obliteration details.
- Supplemental Specifications: Attachment 4 details specific requirements and modifications to standard specifications for various construction elements.
- Wage Determination: Attachment 6 specifies prevailing wage rates for various trades in Montana counties, crucial for labor cost estimation.
- Emergency Action Plan (EAP): Attachment 9 provides detailed information on the dam's emergency preparedness and potential failure scenarios.
- Q&A: Questions and Answers 1-11 were posted on January 30, 2026, clarifying aspects like compaction grouting measurement, campground use, fencing, and bid item measurement (CQ/AQ/LSQ). Amendment 0004 is expected to provide details on staff gauges and piezometers.
Submission & Evaluation
- Quote Due Date: Thursday, February 19, 2026, at 4:00 PM MST.
- Submission Method: Via email to lisa.rakich@usda.gov.
- Required Documents: Price Schedule (Attachment 2), Past Performance/Experience Questionnaire (Attachment 7), Written Technical Approach, and Bid Guarantee.
- Evaluation Criteria: Award will be made to the offeror representing the best value to the Government, based on a comparative evaluation of Relevant Experience, Past Performance, and Price.
- Site Visit: No pre-bid tour is scheduled; bidders are responsible for visiting the site prior to bidding.
Contact Information
- Primary: Lisa Rakich (lisa.rakich@usda.gov, 406-491-0561)
- Secondary: Reid Stovall (reid.stovall@usda.gov, 406-390-1701)