Sunbeam Dam Stairs
SOL #: 1240LT26Q0006Combined Synopsis/Solicitation
Overview
Buyer
Agriculture
Forest Service
USDA-FS, CSA INTERMOUNTAIN 8
Ogden, UT, 844012310, United States
Place of Performance
Stanley, ID
NAICS
All Other Specialty Trade Contractors (238990)
PSC
Construction Of Other Non Building Facilities (Y1PZ)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 9, 2026
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 20, 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 the Sunbeam Dam Stairs project, involving the removal and replacement of a large set of timber stairs at the Sunbeam Dam Interpretive Site within the Sawtooth National Recreation Area, Stanley, Idaho. This opportunity is a Total Small Business Set-Aside.
Scope of Work
The project requires comprehensive construction services including:
- Surveying and staking the project area.
- Removal and disposal of existing timber stair components.
- Pouring concrete landings and piers.
- Constructing and installing new treated timber stairs with handrails.
- Placing crushed aggregate for stair support and trail connection.
- Site restoration upon completion. Work must adhere to detailed construction drawings and specifications provided in the solicitation.
Contract Details
- Contract Type: Firm-Fixed-Price Purchase Order (Combined Synopsis/Solicitation - RFQ).
- Period of Performance: 100 calendar days, commencing July 7, 2026, and concluding by October 31, 2026.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 238990 (Construction Of Other Non Building Facilities) with a $19.0M size standard.
- Evaluation: Lowest Price Technically Acceptable (LPTA), considering Price, Technical Acceptability, and Past Performance. Offerors must submit pricing for all items to be considered responsive.
Submission Requirements
Proposals must be submitted electronically to Westley.Bisson@usda.gov and include:
- Signed SF-18/SF-1449.
- A fully completed Schedule of Items (J.2) with pricing for all line items.
- A completed Experience Questionnaire (J.5).
- A bid bond of 20% of the total bid price is required (as clarified by Amendment 0002).
Key Dates
- Questions Due: February 27, 2026, by 1600 MST.
- Quotes Due: March 20, 2026, by 1600 MST (extended by Amendment 0001 and confirmed by Amendment 0002).
Important Considerations
- The site is open to the public; no scheduled site visit will be conducted.
- Bidders must review the mandatory "General Decision Number" wage determination (J.1) for Heavy Construction in Custer County, Idaho, to accurately estimate labor costs and ensure compliance with Davis-Bacon Act requirements.
- Special requirements include an approved erosion control plan, pressure-washing equipment before entering National Forest lands, archeological monitor presence for specific ground-disturbing activities, and restrictions on refueling near waterways. Work after August 15th requires confirmation regarding Chinook Salmon impact.
People
Points of Contact
Westley BissonPRIMARY