LUCERNE CAMPGROUND CONSTRUCTION PHASE 5

SOL #: 1240LT26Q0026Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA-FS, CSA INTERMOUNTAIN 8
Ogden, UT, 844012310, United States

Place of Performance

UT

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

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

Timeline

1
Posted
Mar 20, 2026
2
Last Updated
Apr 28, 2026
3
Submission Deadline
May 8, 2026, 6:00 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 is soliciting quotes for Lucerne Campground Construction Phase 5, involving the reconstruction of portions of the campground in the Flaming Gorge National Recreation Area, Ashley National Forest, Daggett County, Utah. This is a Total Small Business Set-Aside. Quotes are now due by May 8, 2026, at 12:00 noon MT.

Scope of Work

This project includes both base and optional work. Base Work:

  • Demolition of two existing restroom buildings and adjacent concrete sidewalks.
  • Furnishing and installing new precast concrete flush restroom buildings (with showers) in Loops E and F, including associated sidewalks, signs, finish grading, and new electrical service connections to existing water and sewer systems. Vault toilets are specifically excluded.
  • Construction of new family unit shelters (with 1:12 roof pitch for Poligon 14x14 shelters).
  • Construction of a portion of the irrigation water main line and installation of electrical control wiring.
  • Asphalt trench repair. Optional Work:
  • Windscreens for family units.
  • Roadside strips planting and irrigation systems.
  • Loops E & F planting and irrigation systems.
  • Additional irrigation mainline segments.
  • Tree line bubblers irrigation system. Associated work within 10 feet of new buildings includes clearing, excavation, fill, aggregate, backfill, and grading, along with reconnecting existing utilities.

Contract Details

  • Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ)
  • Contract Type: Single Firm Fixed Price Contract
  • Period of Performance: May 11, 2026 – November 30, 2026 (Base: 180 Calendar Days; Options: 30 calendar days each)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 236220 (Repair Or Alteration Of Miscellaneous Buildings)
  • Size Standard: $45 Million

Key Amendments & Updates (Amendment 001)

Amendment 001 introduced several critical changes:

  • Response Date Extension: The deadline for quotes has been extended to May 8, 2026, at 12:00 noon MT.
  • Statement of Work (SOW) Update: The SOW now includes detailed specifications for precast concrete flush restroom buildings, explicitly replacing vault toilets.
  • Schedule of Items (SOI) Update: The SOI has been revised to correct discrepancies and reflect updated scope, including quantities for asphalt pavement repairs.
  • FAR Clause Addition: FAR 52.222-90, "Addressing DEI Discrimination by Federal Contractors," is now included and will be part of any resulting contract. This clause prohibits racially discriminatory DEI activities and requires compliance reporting.
  • Q&A and Site Visit Attendance: Questions and Answers from the site visit (held April 1, 2026) have been posted, providing clarifications on project scope, quantities, demolition, access, value engineering, power availability, and other technical details. An NPDES permit is required.

Submission & Evaluation

  • Evaluation Basis: Lowest Price, Technically Acceptable (LPTA), with past performance also evaluated.
  • Technical Acceptability: Assessed via the Experience Questionnaire (Attachment 4), focusing on experience with building demolition, shelter construction, sidewalk installation, irrigation systems, and asphalt trench repair.
  • Required Attachments: Bidders must submit a priced Schedule of Items (Attachment 3), a completed Experience Questionnaire (Attachment 4), acknowledge all amendments, and provide a fully executed Bid Guarantee (SF 24 + Power of Attorney).
  • Quote Validity: Quotes must be held firm for 60 calendar days.

Important Notes

  • Site Conditions: Contractors are responsible for investigating site conditions. Construction areas will be closed to the public, but main access roads must remain open.
  • Environmental: Equipment must be pressure washed before entering National Forest System lands to prevent noxious weeds. Dust abatement is required.
  • Labor: Davis-Bacon Act prevailing wage rates (UT20260079) apply for Daggett, Duchesne, Rich, and Summit Counties in Utah.
  • Superintendence: Contractors must provide direct supervision or a competent superintendent on-site per FAR 52.236-6.

Contact Information

For questions, contact Tony Taylor, Contract Specialist, at tony.taylor@usda.gov.

People

Points of Contact

Tony Taylor Contract SpecialistPRIMARY

Files

Files

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

Versions

Version 4Viewing
Combined Synopsis/Solicitation
Posted: Apr 28, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Apr 16, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Apr 14, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 20, 2026
View
LUCERNE CAMPGROUND CONSTRUCTION PHASE 5 | GovScope