Helena National Forest - Park Lake Dam Rehabilitation

SOL #: 1240LU26Q0013Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA-FS, CSA INTERMOUNTAIN 9
Ogden, UT, 844012310, United States

Place of Performance

Clancy, MT

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Repair Or Alteration Of Dams (Z2KA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 15, 2026
2
Last Updated
Feb 17, 2026
3
Submission Deadline
Feb 26, 2026, 11:00 PM

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 INTERMOUNTAIN 9, is soliciting quotes for the Helena National Forest - Park Lake Dam Rehabilitation project in Clancy, MT. This Total Small Business Set-Aside opportunity involves comprehensive dam rehabilitation, including deconstruction, new construction, seismic foundation, hydraulic seepage control, and road reconstruction. The project is valued between $1,000,000 and $5,000,000. Final questions are due February 11, 2026, and the quote due date will be extended by two weeks after final questions are received, making the anticipated due date February 25, 2026.

Scope of Work

This project focuses on the rehabilitation of the Park Lake Dam on the Helena Ranger District. The scope includes:

  • Site Preparation: Clearing and grubbing, dewatering of Park Lake.
  • Dam Construction: Deconstruction of the existing dam and construction of a new dam.
  • Structural Elements: New seismic foundation, hydraulic seepage control barrier, and saddle dike construction.
  • Infrastructure: Road reconstruction, including roadbed, aggregate surface, and roadway reconditioning (e.g., cleaning double-wide cattle guards, addressing aggressive washboards).
  • Reclamation: Site reclamation and obliteration of temporary haul roads.
  • Instrumentation: Replacement of the Early Warning System (EWS) in-kind (contractor installs/calibrates, Forest Service secures data license) and replacement of piezometers. The contractor is responsible for all labor, materials, tools, equipment, scheduling, and sequencing over two field seasons. Work is expected to occur in the 2026 and 2027 calendar years.

Contract Details

  • Contract Type: Combined Synopsis/Solicitation (RFQ), anticipated firm fixed-price contract.
  • Magnitude: Between $1,000,000 and $5,000,000.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 237990 (Other Heavy & Civil Engineering Construction), Size Standard: $45 million.
  • Period of Performance: Work to begin within 10 days of Notice to Proceed. Dewatering to start after July 15 of the first year. All work to be completed by October 31, 2027.
  • Bonds: A 20% Bid Bond/Offer Guarantee is required with quote submission. 100% Performance & Payment Bonds are due 10 days after award.

Submission & Evaluation

  • Submission Deadline: Final questions are due February 11, 2026. The quote due date, previously February 19, 2026, will be extended by two weeks after final questions are received, making the anticipated due date February 25, 2026, at 4:00 PM MST.
  • Submission Method: Via email to lisa.rakich@usda.gov.
  • Required Documents: Quote must include Price Schedule (Attachment 2), Past Performance/Experience Questionnaire (Attachment 7), Written Technical Approach, and Bid Guarantee.
  • Evaluation Factors: Award will be made to the offeror representing the best value to the Government, based on a comparative analysis of Relevant Experience, Past Performance, and Price. Technical Approach and Past Performance will receive a confidence rating. Relevant experience/past performance recency will be based on 5 years. The Prime Contractor's experience will be evaluated, not that of proposed subcontractors.
  • Offer Acceptance Period: Offerors must hold prices firm for 90 calendar days.
  • Site Visit: No pre-bid tour is scheduled; bidders are responsible for visiting the site. The road to Park Lake is accessible with a high clearance 4WD vehicle.

Key Amendments & Clarifications

  • Amendment 0004 updated the Schedule of Items, Solicitation Terms & Conditions, and added Attachment 10 (Early Warning System details). It also detailed specific road reconditioning requirements and compaction methods.
  • Amendment 0003 added Attachment 9, the Emergency Action Plan.
  • Amendment 0002 initially changed the quote due date to February 19, 2026.
  • Amendment 0001 added Attachment 8 (Geotechnical Data and Obliteration Details).
  • Q&A (2-6-26) clarified details on compaction grouting, riprap material source, Early Warning System responsibilities, piezometer work, project schedules, reservoir de-watering, seismic mitigation acceptance, and confirmed the quote due date extension via Amendment 0005.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 9
Combined Synopsis/Solicitation
Posted: Feb 17, 2026
View
Version 8
Combined Synopsis/Solicitation
Posted: Feb 6, 2026
View
Version 7Viewing
Combined Synopsis/Solicitation
Posted: Feb 6, 2026
Version 6
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Jan 30, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Jan 27, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Jan 26, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Jan 23, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 15, 2026
View
Helena National Forest - Park Lake Dam Rehabilitation | GovScope