United States Forest Service Jacobs Creek Job Corps Multiple Building Electrical Rehab
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 seeking quotations for Multiple Building Electrical Rehabilitation at the Jacobs Creek Job Corps Civilian Conservation Center in Bristol, TN. This is a Total Small Business Set-Aside for a firm-fixed-price construction contract. The project involves electrical upgrades and generator replacements across several buildings. Quotations are due by May 18, 2026, at 1700 EST.
Scope of Work
This project entails comprehensive electrical rehabilitation and generator replacement services for multiple buildings at the Jacobs Creek Job Corps facility. Specific tasks include:
- Electrical rehab for Godsey Dorm Generator (202A), Welding Fabrication (505), Dining Hall (306), and Auto Shop Generator Bldg (500A).
- Electrical system and generator replacement for the Gymnasium (504).
- Electrical service disconnect rehab for Collins Hall (204), Academic Education Generator/Storage Bldg (402A), and IT-CPP (608). The scope also includes demolition of existing electrical systems and installation of new infrastructure, as detailed in the provided drawings and specifications.
Contract Details
- Contract Type: Firm-Fixed-Price construction contract.
- Period of Performance: 180-day base period from the Notice to Proceed (NTP).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 238210 (Electrical Contractors), with a small business size standard of $19 million.
- Place of Performance: 984 Denton Valley Rd, Bristol, TN 37620.
Submission & Evaluation
Offers will be evaluated using the Lowest Priced Technically Acceptable (LPTA) criteria. Technical acceptability will be rated as "Acceptable" or "Unacceptable" based on:
- Technical Approach (Project Schedule)
- Demonstrated Prior Experience
- Price Schedule Award will be made to the offeror with the lowest price among technically acceptable proposals. Initial responses are expected to be the offeror's best terms. Offerors must have an active registration in SAM.gov and agree to hold prices firm for 180 calendar days.
Key Dates & Contacts
- Site Visit: Friday, March 13, 2026, at 0900 ET (984 Denton Valley Rd, Bristol TN 37620).
- Questions Due: March 18, 2026, by 1700 EST.
- Quotations Due: May 18, 2026, by 1700 EST.
- Submission Email: Bradley.Martin2@usda.gov and Ian.Barnes@usda.gov.
- Primary Contact: Bradley Martin (Bradley.Martin2@usda.gov).
- Secondary Contact: Ian Barnes (Ian.Barnes@usda.gov).
Additional Notes
This is a combined synopsis/solicitation (RFQ). Amendments have extended the quotation due date multiple times, with the latest being Amendment 0004. Attachment 6 provides Government responses to offeror questions, clarifying aspects like bidding eligibility, transformer replacement responsibilities, and Buy American requirements (FAR 52.225-9). Bidders must review Attachments 1-6, including detailed drawings, specifications, schedule of items, and the Davis-Bacon Wage Determination (TN20260201) for Hawkins and Sullivan Counties, TN.