GMF Rochester Ranger District Office Fleet Garage
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 the construction and installation of a pre-engineered fleet garage for the Rochester Ranger District Office in Rochester, VT. This opportunity is a Total Small Business Set-Aside with an estimated magnitude between $500,000 and $1,000,000. Proposals are due by April 3, 2026.
Scope of Work
The project requires providing and installing a pre-engineered building with an exterior designed to match the existing Rochester Workshop. Key components include foundations below frost depth (designed by the contractor or manufacturer), a concrete slab floor, power, lighting, and associated site work. The garage is intended for vehicle parking only and will be unconditioned. Site clearing, including tree removal, is part of the scope. Specific construction details, such as culvert installation (12" HDPE with flared end sections), 4" slab thickness, and roof ventilation (ridge vent or R-10 insulated blanket), are outlined in the plans and specifications.
Contract & Timeline
- Type: Firm-Fixed Price Solicitation (RFQ)
- Set-Aside: Total Small Business
- NAICS: 238190 (Small Business Size Standard: $19 Million)
- Estimated Value: $500,000 - $1,000,000
- Period of Performance: 365 days from Notice to Proceed
- Proposal Due: April 3, 2026, 1:00 PM ET
- Published: March 24, 2026 (latest amendment)
Key Requirements & Clarifications
- Proposals must include all applicable taxes.
- No state, local, or Federal permits are required for this project.
- The contractor is responsible for determining existing electrical service capacity, frost depth for foundation design, and verifying existing workshop siding/roof colors.
- A full-time Superintendent is required per FAR Clause 52.236-6; this individual may also serve as the SSHO and QC Manager.
- Pricing for both Base Bid and Optional Bid SOIs is required.
- A bid bond on SF24 is mandatory.
- Davis-Bacon Act prevailing wage rates apply and are posted with the solicitation documents.
Evaluation
Award will be made to the lowest priced, responsible offeror who is responsive to the solicitation and represents the best value to the Government, in accordance with FAR 12.203.
Contact
For inquiries, contact Brad Higley at bradley.higley@usda.gov.