Road Maintenance Service for the Umatilla National Forest

SOL #: 1240BE26Q0002Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA-FS, CSA NORTHWEST 3
Portland, OR, 972042829, United States

Place of Performance

Pendleton, OR

NAICS

Highway (237310)

PSC

Maintenance Of Highways/Roads/Streets/Bridges/Railways (Z1LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 13, 2026
2
Last Updated
Mar 4, 2026
3
Submission Deadline
Mar 12, 2026, 10:00 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 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 approximately 435.3 miles of forest roads in both the North and South Zones. Quotations are due March 12, 2026, at 3:00 PM Pacific Time.

Scope of Work

The contractor will provide comprehensive road maintenance services, including:

  • Roadway Surface Maintenance: Approximately 234.6 miles in the South Zone (single/double lane, high clearance roads) and 165.6 miles in the North Zone (single/double lane roads).
  • Roadway Vegetation Maintenance: Approximately 35.1 miles of single-lane roads in the South Zone.
  • Services include furnishing all labor, supervision, equipment, and transportation.
  • Work must comply with Acceptable Quality Levels (AQL) 811 for road surface and 842 for vegetation maintenance, with a target AQL of 90%.
  • Specific areas for blading and brushing are detailed in attached maps.

Contract Details

  • Contract Type: Firm Fixed Price contract(s). Multiple awards are possible.
  • Period of Performance: One 15-month base period and one 15-month option period, estimated to start April 15, 2026, and end July 15, 2027.
  • NAICS Code: 237310 – Highway, Street, and Bridge Construction (Size Standard: $45,000,000).
  • Set-Aside: Total Small Business.

Submission & Evaluation

  • Quotations Due: March 12, 2026, 3:00 PM Pacific Time.
  • Submission Method: Electronically via email to thomas.hammerle@usda.gov.
  • Proposal Structure: Two volumes: Volume I (Technical Proposal) and Volume II (Price Proposal).
  • Evaluation Criteria: Best value determination based on price, past performance, and technical capability.
  • Eligibility: Offerors must have an active SAM.gov registration.
  • Key Documents: Bidders must review the updated Quality Assurance Surveillance Plan (QASP), Performance Work Statement (PWS), CLIN Structure/Pricing, Fire Protection and Suppression requirements, and applicable Wage Determinations for Oregon and Washington.

Key Requirements & Deliverables

  • Submit a Work Plan within 14 days of award (including key personnel, traffic control, safety, fire, and quality control plans).
  • Provide a Contract Manager and alternate, available during government working hours.
  • Adhere to fire protection and suppression requirements, including submitting a fire plan.
  • Comply with the detailed QASP, which outlines performance standards, AQLs, and surveillance methods.

People

Points of Contact

Thomas Hammerle Contracting OfficerPRIMARY

Files

Files

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

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 13, 2026
View