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 involves comprehensive upgrades to campground 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 project, funded by the Great American Outdoors Act, focuses on reconstructing Loop B of the Pactola Campground. Key elements include:
- Road Improvements: Widening and shaping the existing 14-ft Forest Service loop road to 16-ft for one-way and 24-ft for two-way traffic, with new surfacing and drainage.
- Parking & Trailhead: Constructing a new 20-stall trailhead for the Osprey Trail and repurposing the existing trailhead for overflow and boat trailer parking.
- Camping Spurs: Improving Loop B from 20 primitive spurs to a total of 36 modern camping spurs (Base Items) designed for recreational vehicles.
- Host & Volunteer Sites: Relocating the main Host Site to the beginning of Loop B with upgraded power, water, and wastewater. The existing Host Site will become a "Volunteer Site" with upgraded services.
- Water System Upgrade: Decommissioning the existing pumphouse and replacing it with a new precast concrete treatment building, upgraded plumbing and controls, new distribution piping, and hydrants. The current water system is in poor condition and non-compliant.
- Exclusions: Future tent sites on the west side of Loop B and a toilet in the Osprey Trailhead parking area are not part of this contract.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Solicitation Number: 1240LT26Q0010
- Estimated Period of Performance: April 1, 2026, through May 20, 2027
- Magnitude of Construction: Between $1,000,000 and $5,000,000
- Set-Aside: Total Small Business
- NAICS Code: 237310 - Highway, Street, and Bridge Construction (Size Standard: $45M)
- Quotes Due: March 10, 2026, at 9:00 a.m. Central Time
- Published Date: March 3, 2026
Key Requirements / Deliverables
- Licensing: Water system installers must meet South Dakota licensing. Electricians must hold a South Dakota Electrical License, with state inspection required.
- Personnel: An onsite superintendent is required at all times.
- Plans & Specifications: Bidders must refer to the "Updated Pactola Loop B Specifications - 02March2026" and associated drawings for detailed technical requirements. CAD electronic design files (.DWG) will be provided to the successful bidder upon request.
- Deliverables: Include Accident Prevention Plan, Construction Schedule, Daily Reports, Cost Breakdown, O&M Manual, Testing Reports, and Permits (e.g., SWPPP).
- Site Closure: Loop B will be closed for the entire contract duration.
Submission & Evaluation
- Submission Documents: Technical Approach, Past Performance, Pricing Documentation (using Schedule of Items), and Bid Guarantee. Quotes should not exceed 10 pages (excluding Bid Guarantee).
- Submission Method: Email quotes to Janice King (janice.king@usda.gov) AND Lucas Dahlman (lucas.dahlman@usda.gov) with the subject line: "Pactola Loop B Quote – 1240LT26Q0010".
- Evaluation: Comparative evaluation for best value, considering Technical Approach and Past Performance. Price will be evaluated for fairness and reasonableness.
- SF1442 Form: Not required for this combined synopsis/solicitation.
Amendments & Clarifications
- Amendment Four (A0004), issued March 3, 2026, provides answers to additional contractor questions (23-26) and updates specifications for treated timber and water hydrants. It confirms the removal of Option 6.
- Amendment Three (A0003), issued February 26, 2026, provided answers to questions (18-22) and clarified details regarding precast tanks (4 base, 2 optional), sales tax (SD 2%, Pennington Co. none), and confirmed no geotechnical report or anticipated rock excavation.
- Questions: The Government may not respond to additional questions received after the issuance of the latest amendment due to time constraints.
Additional Notes
- Wage Determination: Davis-Bacon Act Wage Determination SD20260001, published January 30, 2026, applies.
- Registration: Offerors must be registered on SAM.gov.
People
Points of Contact
Janice KingPRIMARY
Lucas DahlmanSECONDARY