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

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, SD. This Total Small Business Set-Aside opportunity involves comprehensive upgrades to the campground's infrastructure, including roads, camping spurs, host sites, and the water system. 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 the reconstruction of Pactola Campground Loop B. Key elements include:

  • Road Improvements: Widening and resurfacing the existing Forest Service loop road (from 14 ft to 16 ft for one-way and 24 ft for two-way traffic) with drainage shaping.
  • Parking & Trailhead: Constructing a new 20-stall trailhead for the Osprey Trail and repurposing the existing trailhead for overflow/boat trailer parking.
  • Camping Spurs: Improving Loop B from 20 primitive spurs to a total of 36 modern camping spurs (Base Items).
  • Host Sites: Relocating the main Host Site and upgrading the existing "Volunteer Site" with improved water and electric services.
  • Water System Upgrade: Decommissioning the existing pumphouse and replacing it with a new precast concrete treatment building, upgrading plumbing and controls, and replacing all distribution piping and hydrants. The existing water system is in poor condition and requires significant repairs.
  • Option Items: Include additional host/volunteer site improvements and asphalt surfacing.

Contract & Timeline

  • Contract Type: Firm Fixed Price (Request for Quotation)
  • Magnitude: Between $1,000,000 and $5,000,000
  • Period of Performance: April 1, 2026, through May 20, 2027
  • Set-Aside: Total Small Business
  • NAICS Code: 237310 - Highway, Street, and Bridge Construction (Size Standard: $45M)
  • Quotes Due: March 10, 2026, 9:00 a.m. Central Time
  • Published Date: February 18, 2026

Submission Requirements

Quotes, not exceeding 10 pages (excluding Bid Guarantee), must include:

  • Technical Approach
  • Past Performance
  • Pricing Documentation (using the Schedule of Items)
  • Bid Guarantee Submissions must be emailed to both Janice King (janice.king@usda.gov) AND Lucas Dahlman (lucas.dahlman@usda.gov) with the subject line: "Pactola Loop B Quote – 1240LT26Q0010."

Evaluation Criteria

Award will be based on a comparative evaluation to determine the best value, considering Technical Approach and Past Performance. Price will be evaluated for fairness and reasonableness.

Key Amendments & Clarifications

Two amendments (A0001 and A0002) have been issued, providing answers to contractor questions and confirming the quote due date and submission method. Key clarifications include:

  • CAD electronic design files (.DWG) will be provided to the successful bidder upon request.
  • The solicitation is a Combined Synopsis; SF1442 is not required.
  • Four 2000-gallon precast concrete sewer vaults are planned for base items, with an option for two additional.
  • South Dakota excise tax for construction projects is 2%.
  • Geotechnical investigation was not completed; groundwater is not anticipated at typical excavation depths.
  • Stump grinding is acceptable in non-structural areas; full root ball extraction is not required.
  • Red flag warnings will not result in work stoppages.

Additional Notes

Offerors must be registered in SAM.gov. Wage Determination SD20260001 is applicable. Water system installers and electricians must meet South Dakota licensing requirements.

People

Points of Contact

Janice KingPRIMARY
Lucas DahlmanSECONDARY

Files

Files

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

Versions

Version 5
Solicitation
Posted: Mar 3, 2026
View
Version 4
Solicitation
Posted: Feb 26, 2026
View
Version 3Viewing
Solicitation
Posted: Feb 18, 2026
Version 2
Solicitation
Posted: Feb 12, 2026
View
Version 1
Solicitation
Posted: Feb 3, 2026
View