Siuslaw NF CCRD Road Maintenance
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 USDA Forest Service, specifically the Siuslaw National Forest, is soliciting proposals for Road Maintenance Services throughout the Central Coast Ranger District and the Oregon Dunes National Recreation Area. This is a Combined Synopsis/Solicitation for commercial services, set aside for Total Small Business concerns. Proposals are due by May 21, 2026, at 11:00 AM CST.
Scope of Work
The required services encompass a variety of road maintenance activities, including but not limited to:
- Surface Maintenance with Roller Compaction
- Spot Surfacing (Commercial Source)
- Asphalt Surface Maintenance
- Ditch and Drainage Structure Cleaning
- Roadway Vegetation Cutting
- Trash Removal
- Fabrication and Installation of Vehicle Gates
- Installation of Earthen Berm Barriers
- Installation of 24" CMP
- Full Depth Asphalt Reclamation
- Mobilization
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: June 1, 2026, to May 30, 2027
- NAICS Code: 237310 (Highway, Street, and Bridge Construction – $45 Million size standard)
- Product or Service Code: Z1LB
- Set-Aside: Total Small Business
- Proposals Due: May 21, 2026, 11:00 AM CST
- Questions Due: May 14, 2026 (COB)
- Published Date: May 7, 2026
Evaluation
Proposals must be submitted in two parts: a technical proposal and a price proposal. A Technical Evaluation Panel will use a comparative evaluation methodology. Evaluation factors include Relevant Past Performance, Technical Approach, Experience/Qualification, Acceptability, and Cost or Price. Award will be made to the offeror representing the best value to the Government, considering both technical merit and fair and reasonable pricing.
Additional Notes
Offerors must have an "Active" registration at www.sam.gov at the time of award. No organized site visit is scheduled; interested vendors are encouraged to visit the project area independently. Quotes must be valid for a minimum of 60 calendar days after submission. Attachments include Specifications, Road Use Rules and Restrictions, Fire Protection and Suppression, Quality Assurance Surveillance Plan, and Wage Determinations.
Contact
Thomas Tran (thomas.tran2@usda.gov)