Nez Perce Clearwater NF - GAC Site Preparation Construction
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 Nez Perce Clearwater National Forests is soliciting proposals for Grangeville Air Center (GAC) Site Preparation Construction in Grangeville, ID. This Total Small Business Set-Aside opportunity involves site improvements for a new temporary office complex, with a magnitude of construction between $250,000 and $500,000. The period of performance is from October 1, 2026, to June 1, 2027. Quotes are due by March 19, 2026.
Scope of Work
The project entails comprehensive site preparation and utility installation for the new Nez Perce-Clearwater National Forests Grangeville Air Center Temporary Office complex. Key requirements include:
- Site Preparation: Earth moving, leveling, grading, and selective demolition of existing helipads and pavements.
- Building Foundations: Construction of foundations for two buildings.
- Utility Services: Installation of telecommunications, plumbing, water, and sanitary sewer services to four building pads.
- Electrical Infrastructure: New transformer, electrical connection panels, 120/240 service, metering, power to modulars, pedestals, and pole lights.
- Site Features: Construction of gravel pads, a lift station for sanitary sewer, and crushed aggregate base course for trailer pads.
- Exterior Improvements: Asphalt paving, seeding, and installation of pipe bollards.
- Optional Item: Installation of two RV trailer hookups.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business (NAICS Code: 283910, Size Standard: $19.5 million)
- Magnitude: Between $250,000 and $500,000
- Period of Performance: October 1, 2026, to June 1, 2027
- Response Date: March 19, 2026, 22:00 UTC
- Questions Due: February 25, 2026
- Published Date: February 24, 2026
- Bonds: 20% Bid Bond/Offer Guarantee required with submission; 100% Performance & Payment Bonds due 10 days after award.
Submission & Evaluation
Offerors must submit quotes via email to lisa.rakich@usda.gov. Required documents include:
- Price Schedule (Attachment 2)
- Past Performance/Experience Questionnaire (Attachment 6)
- Written Technical & Logistical Approach
- Bid Guarantee
Award will be made based on a best value determination, utilizing a comparative analysis of Relevant Experience, Past Performance, Technical Approach, and Price.
Key Attachments
Bidders must review all seven attachments, including:
- Attachment 1_SolicitationTermsConditions.pdf: Combined synopsis and solicitation details.
- Attachment 2_ScheduleOfItemsPrices.pdf: Detailed list of items for pricing.
- Attachment 3_SOW.pdf: Comprehensive Statement of Work.
- Attachment 4_Technical Specifications.pdf: Detailed technical requirements for construction.
- Attachment 5_SitePlanMap.pdf: Architectural site plan and project overview.
- Attachment 6_PastPerformanceQuestionnaire.pdf: Form for submitting past experience.
- Attachment 7_DBwageDetermination.pdf: Prevailing wage rates for Idaho County, ID.
Contact Information
- Primary Contact: Lisa Rakich (lisa.rakich@usda.gov)
- Secondary Contact: Susan Graves (susan.graves@usda.gov, 2088747076)