MOF-CON ER02- Red Run Repairs
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 MOF-CON ER02- Red Run Repairs on the Monongahela National Forest in Parsons, WV. This project addresses drainage issues resulting from the May 2023 flood event. The acquisition is a Total Small Business Set-Aside under NAICS 237310. Quotes are due by March 23, 2026, at 5:00 PM Eastern.
Scope of Work
The project involves comprehensive drainage repairs, including:
- Removing existing culverts and installing new ones.
- Constructing specified ditches and lead-off ditches.
- Grading roads and constructing head walls as detailed in the plans.
- The contractor must furnish all labor, supervision, tools, equipment, transportation, supplies, permits, licenses, and incidentals.
Contract & Timeline
- Contract Type: Request for Quotation (RFQ), combined synopsis/solicitation (FAR Part 12). Anticipated as a Firm Fixed Price (FFP) purchase order.
- Set-Aside: Total Small Business Set-Aside.
- NAICS: 237310 (Highway, Street, and Bridge Construction) with a $45.0M size standard.
- Place of Performance: Monongahela National Forest, Parsons, WV.
- Performance Period: 135 days after Notice To Proceed (NTP).
- Site Visit: March 16, 2026, at 10:00 AM Eastern at the Parson Ranger Office. RSVP is required.
- Questions Due: March 17, 2026, at 12:00 PM Eastern.
- Quotes Due: March 23, 2026, at 5:00 PM Eastern.
Evaluation
Award will be made to the responsible and acceptable contractor providing the lowest price. Acceptability is determined by compliance with the solicitation, and responsibility by the Contracting Officer, considering past performance and financial health. Offerors must hold prices firm for 135 calendar days.
Key Clarifications & Requirements
- Davis-Bacon Act: Wage Determination WD-WV20260097 applies for highway construction in specific West Virginia counties, dictating minimum wage and fringe benefits.
- Technical Details: Detailed engineering plans (Attachment 4) provide comprehensive technical specifications, location maps, and construction details. Pricing must be provided using the Contractor Bid Sheet (Attachment 3).
- Q&A Updates (March 18, 2026): Clarifications include acceptable revegetation methods (dry, hand seeding with weed-free straw), availability of water for hydroseeding, use of silt sock (weed-free), IPP for invoices, contractor responsibility for permits, compaction testing requirements, COR staking culverts/slopes (contractor sets to grade), removal of dust/traffic control for gated roads, specific stump removal methods, requirement for headwalls and outlet pads on all culverts, and specific road grading sections. A 20% Bid Bond is required.
Contact Information
Primary Point of Contact: Marquez Weldon, marquez.weldon@usda.gov.