Critical Housing Idaho City Work Center

SOL #: 1240LT26Q0019Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA-FS, CSA INTERMOUNTAIN 8
Ogden, UT, 844012310, United States

Place of Performance

Boise, ID

NAICS

Residential Remodelers (236118)

PSC

Repair Or Alteration Of Other Residential Buildings (Z2FZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 2, 2026
2
Last Updated
Mar 27, 2026
3
Submission Deadline
Apr 14, 2026, 10:00 AM

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 U.S. Department of Agriculture, Forest Service has issued a Combined Synopsis/Solicitation (1240LT26Q0019) for Critical Housing Deferred Maintenance at the Idaho City Work Center within the Boise National Forest, ID. This Total Small Business Set-Aside procurement seeks a contractor to remodel three bunkhouses, four single-family homes, a garage, and a storage shed. Quotes are due by April 14, 2026, at 5:00 PM CST.

Scope of Work

This project involves comprehensive deferred maintenance and remodeling across nine buildings. Key tasks include:

  • Ranger House (1107): Kitchen, bedroom, bathroom remodel; mini-split system; Radon mitigation; exterior door/window replacement; exterior paint.
  • 2BR House (1134): Kitchen, bathroom, closet remodel (including accessible transfer shower); new exterior doors; accessible sidewalk; exterior paint.
  • Montgomery House (1167): New windows (main floor and basement); concrete cellar repair; exterior paint.
  • Bunkhouses (1173, 1175, 1179): HVAC replacement (furnaces, AC units, hot water heater for 1173); optional flooring replacement, window replacement, and blind replacement.
  • Garage (1399) & Storage Building (1643): Optional garage door/opener replacement and exterior painting.

Clarifications from Q&A (Amendment 0001):

  • Soffit Repair (Item 36) is completed; bid $0.
  • Work Schedule: Bunkhouses are occupied April 15th - October 31st; flooring work must occur when unoccupied. Houses have inconsistent occupancy, requiring a 2-month lead time for occupied units. All work must be completed between 7 am and 7 pm.
  • Contractor is responsible for moving furniture, incidental to selective demolition.
  • Only bid on work explicitly in the contract; additional work will be handled via change order.
  • Building 1107 sidewalk/stairs require replacement in kind, with a new 'Concrete Sidewalk' pay item.
  • Window replacement includes trim/casing and painting. Lead-Based Paint removal is the goal, not covering.

Contract Details

  • Contract Type: Firm-Fixed-Price Purchase Order.
  • Estimated Magnitude: Between $500,000 and $1,000,000.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 236118 (Repair Or Alteration Of Other Residential Buildings), with a $45 Million size standard.
  • Period of Performance: April 1, 2026, to December 15, 2027 (as per Amendment 0001). Work to commence within 10 working days of Notice to Proceed.
  • Bonding: Payment and Performance Bonds are required. A bid bond (20% of bid price or $3M, whichever is less) is also required. For awards over $150,000, 100% payment and performance bonds are mandatory.
  • Wage Determination: Prevailing wage rates for residential construction in Boise County, ID, apply (GDN ID20260001).

Submission Requirements

Offerors must submit both a Price Quote and a Technical Proposal via email to PPS.Proposals@usda.gov. Documents should be in Microsoft Word, Excel, or Adobe PDF format. The Schedule of Items (Attachment 2) must be completed and submitted. Offerors must acknowledge receipt of Amendment 0001 (SF30) with their quote; failure to do so may result in rejection. Quotes must remain firm for 60 calendar days.

Evaluation Criteria

Award will be made to the contractor representing the best value to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach. Evaluation factors include Past Performance, Technical Experience, Technical and Project Management Approach, and Price.

Key Dates

  • Questions Due: April 7, 2026.
  • Quote Due Date & Time: April 14, 2026, 5:00 PM Central Standard Time.
  • Site Visit: Held on March 11, 2026 (attendance sheet posted).

Contact Information

For inquiries, contact Jim Edington at James.Edington@usda.gov.

People

Points of Contact

Jim EdingtonPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 27, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 2, 2026
View
Critical Housing Idaho City Work Center | GovScope