Road Maintenance Service for the Umatilla National Forest
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 U.S. Department of Agriculture, Forest Service is soliciting proposals for Road Maintenance Services for the Umatilla National Forest in Pendleton, OR. This Total Small Business Set-Aside opportunity requires roadway surface and vegetation maintenance across an estimated 269.7 miles in the South Zone (Heppner, OR) and 165.6 miles in the North Zone (Walla Walla, WA). Proposals are due March 5, 2026, at 3:00 PM Pacific.
Scope of Work
The contractor will provide all labor, supervision, equipment, and transportation for comprehensive road maintenance. This includes:
- Roadway Surface Maintenance: Blading on approximately 234.6 miles of single/double lane and high-clearance roads in the South Zone, and 165.6 miles in the North Zone.
- Roadway Vegetation Maintenance: Brushing on an estimated 35.1 miles of single-lane roads in the South Zone.
Specific road segments and maintenance types are detailed in the Performance Work Statement (PWS) and accompanying maps.
Contract Details
- Contract Type: Firm Fixed Price contract(s).
- NAICS Code: 237310 – Highway, Street, and Bridge Construction (Small Business Size Standard: $45,000,000).
- Period of Performance (PoP): One base period of 15 months and one option period of 15 months. Estimated PoP: April 15, 2026 – July 15, 2027.
- Place of Performance: North and South zones of the Umatilla National Forest, Pendleton, Oregon.
Set-Aside
This acquisition is a Total Small Business Set-Aside.
Submission & Evaluation
- Submission: Quotations must be submitted electronically to thomas.hammerle@usda.gov.
- Format: Offers shall be submitted in two volumes: Volume I (Technical Proposal) and Volume II (Price Proposal).
- Key Deadlines:
- Site Survey: February 16-19, 2026
- Quotations Due: March 5, 2026, 3:00 PM Pacific.
- Evaluation: Quotes will be evaluated based on price, past performance, and technical capability, with award made to the offeror(s) representing the best value to the Government.
- Requirements: Offerors must have an active entity registration in SAM.gov and hold prices firm for 90 calendar days.
Key Attachments & Notes
- PWS (ATCH-02): Details specific requirements, contractor deliverables (work plan, key personnel), and performance standards (AQL 811 for surface, 842 for vegetation).
- CLIN Structure/Pricing (ATCH-1): Provides the pricing schedule for base and option periods, including estimated quantities.
- QASP (ATCH-03): Outlines the Quality Assurance Surveillance Plan, detailing how contractor performance will be measured.
- Wage Determinations (ATCH-5, ATCH-6): Specifies minimum wage rates and fringe benefits for Oregon and Washington counties.
- Fire Protection (ATCH-4): Details fire prevention and suppression requirements.
- Maps (PWS-A, PWS-B, PWS-C, PWS-D): Visually define the blading and brushing areas in both North and South Zones.
- A post-award conference is required within 30 days after contract award.