Sutton Boat Launch Replacement
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 is soliciting quotes for the Sutton Boat Launch Replacement project, involving the installation of a new boat ramp at the Sutton Lake Day-Use Site in Waldport, OR. This opportunity is a Total Small Business Set-Aside. Quotes are due by 4:30 PM PST on April 23, 2026.
Scope of Work
This project entails the installation of a new boat ramp to replace the existing structure at the Sutton Lake Day-Use Site. Amendment 1 clarifies requirements for in-water work, authorizing an alternative method to certified dive operations. If an alternative method is used, a formal Dive Plan is not required, but contractors must still identify safety measures and risk mitigation procedures. Contractors proposing an alternative to dive operations should enter $0.00 for CLIN 0015 (Dive Team).
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Solicitation Number: 1240BH26Q0004
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 237310 – Highway, Street, and Bridge Construction
- PSC Code: Y1LB – Construction of Highways, Roads, Streets, Bridges, and Railways
- Quote Due: April 23, 2026, by 4:30 PM PST
- Period of Performance: June 1, 2026, to October 1, 2026 (updated by Amendment 1)
- Published: April 22, 2026
Submission Instructions
Offerors must submit a complete quote package, including all required documentation, via email to susie.felton@usda.gov. All solicitation documents are located in PDF Portfolios A and B, which must be opened using the desktop version of Adobe Acrobat for full visibility. Offerors are responsible for reviewing all RFQ documents and acknowledging Amendment 1.
Additional Notes
This is a combined synopsis/solicitation for commercial items. The full text of referenced provisions and clauses may be accessed at www.acquisition.gov.