R3 National Forest’s Roads IDIQ
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
This is a pre-solicitation notice from the USDA Forest Service, Region 3 (Arizona and New Mexico), announcing an upcoming requirement for road construction and maintenance services. The government intends to award multiple Indefinite-Delivery Indefinite-Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC), resulting in Firm Fixed Price Task Orders. This acquisition is a Total Small Business Set-Aside. The formal solicitation is tentatively planned for release on or about March 20, 2026.
Scope of Work
The contracts will cover multi-disciplinary repair, construction/reconstruction, maintenance, stabilization, and incidental design work for roads, bridges, and miscellaneous structures within Region 3 National Forests. Specific tasks include, but are not limited to:
- Road and Trail Work: Construction survey and staking; maintenance, reconstruction, and/or construction of native surface, gravel, or paved roads; repair and reconstruction due to damage.
- Road and Trail Decommissioning: De-compaction, recontouring, removal of drainage structures, stream channel excavation, installation of gradient control devices, tree transplanting, seeding, and construction of waterbars.
- Bridges and Culverts (CRABs): Repair and/or maintenance of steel, concrete, and timber road bridges and CRABs; construction/reconstruction of approaches; related stream work.
- Trail Bridges: Construction or reconstruction of bridges and/or approaches accessible by conventional road building equipment.
- Culverts, Aquatic Passage Structures, and Ancillary Structures: Road structures for aquatic passages, bottomless arches, small bridges, retaining walls, and cattle guards.
- Equipment: Providing equipment and operators paid by the hour.
- Related Work: Signs, guardrails, closure devices, stream grade, alignment control, scour protection, environmental abatement, soil erosion and sediment control, aggregate stockpiling/crushing, and emergency repairs.
Contract Details
- Contract Type: Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) / Multiple Award Task Order Contracts (MATOC)
- Pricing: Firm Fixed Price Task Orders
- Performance Period: Five years
- Maximum Ceiling Value: $100,000,000.00 (aggregate over all contracts)
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 237310 – Highway, Street, and Bridge Construction
- Small Business Size Standard: $45 Million
- Wage Determinations: Davis-Bacon Act for construction task orders; Service Contract Act (SCA) for maintenance task orders (considered services).
Key Dates & Information
- Pre-solicitation Published: February 12, 2026
- Formal Solicitation Tentative Posting: On or about March 20, 2026
- Response Instructions: This is a pre-solicitation; do not submit proposals. A formal RFP will be issued approximately 15 days after this notice. Interested parties must monitor SAM.gov for the solicitation, attachments, and amendments.
- Registration: Vendors must have an active entity registration in SAM.gov to be eligible for award.
Contact Information
- Primary Contact: Blaine Greenwalt (blaine.greenwalt@usda.gov)
- Secondary Contact: Troy A. McCullough (troy.mccullough@usda.gov)