Pactola Loop B Campground Reconstruction Project
SOL #: 1240LT26Q0010Solicitation
Overview
Buyer
Agriculture
Forest Service
USDA FOREST SERVICE-SPOC IM
Washington, DC, 202500001, United States
Place of Performance
Custer, SD
NAICS
Highway (237310)
PSC
Maintenance Of Highways/Roads/Streets/Bridges/Railways (Z1LB)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Feb 3, 2026
2
Last Updated
Mar 3, 2026
3
Submission Deadline
Mar 10, 2026, 2:00 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 the Pactola Loop B Campground Reconstruction Project in Custer, South Dakota. This Total Small Business Set-Aside opportunity, issued as a Request for Quotation (RFQ) under Solicitation Number 1240LT26Q0010, involves comprehensive upgrades to the campground's infrastructure. Quotes are due by March 10, 2026, at 9:00 a.m. Central Time.
Scope of Work
This Congressionally directed Great American Outdoors Act project focuses on reconstructing Loop B of the Pactola Reservoir Campground. Key improvements include:
- Road Reconstruction: Widening, shaping for drainage, and new surfacing of the Forest Service loop road (to 16' for one-way and 24' for two-way traffic).
- Parking & Trailhead: Construction of a new 20-stall trailhead for the Osprey Trail and repurposing the existing trailhead for overflow/boat trailer parking.
- Camping Spurs: Improvement of 20 primitive spurs to a total of 36 modern camping spurs (Base Items).
- Host Sites: Relocation of the existing Host Site and upgrading the former Host Site to a "Volunteer Site" with enhanced services.
- Water System Upgrade: Decommissioning the existing, poorly functioning pumphouse and replacing it with a new precast concrete treatment building, upgraded plumbing, controls, distribution piping, and new hydrants. The current water system is in poor condition and non-compliant.
- Exclusions: Additional tent sites and a toilet at the Osprey Trailhead parking area are planned for future construction and are not part of this contract.
Contract Details
- Contract Type: Firm Fixed Price.
- Estimated Period of Performance: April 1, 2026, through May 20, 2027.
- Magnitude of Construction: Between $1,000,000 and $5,000,000.
- NAICS Code: 237310 - Highway, Street, and Bridge Construction, with a small business size standard of $45M.
- Wage Determination: Davis-Bacon Act Wage Determination SD20260001 applies, setting prevailing wage rates for construction in South Dakota.
Submission & Evaluation
- Questions Due: February 12, 2026, by 9:00 a.m. Central Time.
- Quotes Due: March 10, 2026, by 9:00 a.m. Central Time.
- Submission Requirements: Technical Approach, Past Performance, Pricing Documentation (using the provided Schedule of Items), and a Bid Guarantee.
- Page Limit: Quotes are limited to 10 pages, excluding the Bid Guarantee.
- Evaluation: A comparative evaluation will determine the best value, considering Technical Approach and Past Performance. Price will be assessed for fairness and reasonableness.
- Submission Method: Questions and quotes must be emailed to both Contract Specialist Janice King (janice.king@usda.gov) and Contracting Officer Lucas Dahlman (lucas.dahlman@usda.gov). Offerors must be registered on SAM.gov.
People
Points of Contact
Janice KingPRIMARY
Lucas DahlmanSECONDARY
Files
Files
No files attached to this opportunity