Trapper Creek Dorm Asbestos and Mold Remediation and Reconstruction
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 proposals for Asbestos and Mold Remediation and Reconstruction at the Trapper Creek Job Corps Civilian Conservation Center in Darby, MT. This opportunity is a Total Small Business Set-Aside with an estimated magnitude between $25,000 and $100,000. The government intends to award a single Firm-Fixed Price Purchase Order. Offers are due by March 12, 2026, at 1700 EST.
Scope of Work
This project involves two primary components:
- Asbestos Remediation and Reconstruction: Removal of approximately 600 sq ft of asbestos tiles in mechanical and storage rooms of Dormitory Buildings 10, 11, 12, and 13. This includes the removal and reinstallation of existing water heaters and furnace units, followed by the installation of new resilient vinyl sheet flooring.
- Mold Remediation and Reconstruction: Abatement and cleaning of mold-affected areas (walls, floor, crawlspace) in Dormitory Building 11 (dorm 2). This includes installing, finishing, and painting new gypsum board (approx. 100 sq ft) and laying new carpet tiles (approx. 100 sq ft). All work must comply with applicable OSHA, EPA, and DOT federal, state, and local regulations. The project will be phased, with work occurring in one entire building at a time.
Contract Details & Timeline
- Contract Type: Firm-Fixed Price Purchase Order.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Estimated Magnitude: $25,000 to $100,000.
- Period of Performance: 90 days after Notice to Proceed.
- Pricing Validity: Contractor pricing must be valid for 90 days.
- Site Visit: A single site visit is scheduled for February 24, 2026, at 0900 MT at 5139 West Fork Road, Darby, MT 59829. Contractors must RSVP to Kris Johnson (kristopher.m.johnson@usda.gov) and CC Ian Barnes (ian.barnes@usda.gov) at least 72 hours prior.
- Questions Due: March 4, 2026, at 1700 EST. Submit via email to Aaron Sanford (aaron.sanford@usda.gov) and Ian Barnes (ian.barnes@usda.gov).
- Offer Due Date: March 12, 2026, at 1700 EST. Submit via email to ian.barnes@usda.gov.
Evaluation Criteria
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors include Technical Approach (Project Schedule), Demonstrated Prior Experience, and Price Schedule (submitted via Attachment 3). Proposals must meet all requirements to be rated "Acceptable"; "Unacceptable" proposals will be ineligible for award. Offerors must have an ACTIVE account in SAM.gov.
Important Notes
No office or lodging space will be provided. The government will remove furniture and personal items before work begins. Contractors are responsible for all labor, materials, equipment, utilities, and licenses, and must adhere to Davis-Bacon Act wage rates (Attachment 4).