USFS Swim Dock Replacement - Sullivan Lake Campground, Washington
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, Colville National Forest, is soliciting proposals for the replacement of a swim dock at Sullivan Lake Campground, Metaline Falls, WA. This Total Small Business Set-Aside opportunity requires the removal of an existing dock and the furnishing and installation of a new one. Quotes are due by April 2, 2026, 11:00 AM PST.
Scope of Work
The contractor will be responsible for the complete removal and legal disposal of the existing swim dock and associated hardware. A new swim dock must then be furnished, transported, installed, and anchored. Offerors must propose one of two material options:
- Option 1: Metal Frame Construction (marine-grade aluminum or galvanized steel with encapsulated foam flotation and composite decking).
- Option 2: HDPE Construction (heavy-duty, UV-stabilized modular or monolithic system with integrated non-slip textured surface). The new dock must meet specific dimensions (minimum 15'x15' / maximum 16'x16'), freeboard height (minimum 12" / maximum 18"), and include safety features like black edging/bumpers and a detachable 4-to-5 step swim ladder. The anchoring system must be flexible for 30ft depth rocky/sand bottom. All work, including delivery, installation, and removal, must be completed by September 1, 2026.
Contract & Timeline
- Type: Firm-Fixed-Price Combined Synopsis/Solicitation
- Period of Performance: Estimated Date of Award (April 2026) through September 1, 2026
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Quotes Due: April 2, 2026, 11:00 AM PST
- Published: March 19, 2026
Evaluation
Award will be made to the responsible offeror whose quote is most advantageous to the Government, considering price and other factors. The Government will use comparative evaluation procedures per FAR 12.602, focusing on Technical Acceptability, Price, and Regulatory Compliance (Buy American Act). Offerors must be registered in SAM.gov and certify Buy American Act compliance.
Additional Notes
This solicitation replaces a previously cancelled notice (1240BD26Q0003) to allow for maximum practicable competition, including vendors offering HDPE modular structures. Offerors must submit manufacturer specification sheets, brochures, and a project schedule confirming completion by September 1, 2026. Quotes must be all-inclusive of dock, anchoring, lighting, and delivery.