Roadway Surface Blading/Grading Needed for the Mark Twain National Forest
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 Roadway Surface Blading/Grading, Culvert Installation/Replacement, and Aggregate Placement services for the Mark Twain National Forest across numerous counties in Missouri. This is a Total Small Business Set-Aside opportunity, structured as a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. Proposals are due April 3, 2026, at 5:00 PM EST.
Scope of Work
The contract requires comprehensive road maintenance, including:
- Surface Blading: Re-establishing road crowns and slopes using a motor grader, including scarification, removal of obstructions, and cleaning/reshaping ditch lines. A minimum of five passes is required on all roads.
- Culvert Work: Installation and replacement of culverts, involving trenching, proper bedding, disposal of old culverts, and adherence to specific alignment and material standards (e.g., American-made corrugated metal or HDPE culverts). Contractors must contact "dig-rite" before excavation.
- Aggregate Placement: Delivery and tailgate spreading of specified aggregate, with depth, width, and length determined by the Contracting Officer's Representative (COR). Weight tickets are required for each load, and lead testing is mandatory for aggregate sourced from specific Missouri counties.
Contract Details
- Type: Firm-Fixed Price IDIQ
- Set-Aside: Total Small Business (NAICS 237310, $45.0M size standard)
- Period of Performance: A base year (May 1, 2026 - April 30, 2027) plus four potential option years, extending through April 30, 2031. Performance seasons are Spring (May 1 - July 1) and Fall (September 1 - November 1).
- IDIQ Limits: Guaranteed minimum of $2,500.00, with a maximum of $5,000,000.00.
Evaluation & Submission
- Evaluation: Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology, conducted on a district-by-district basis. To be rated 'Technically Acceptable' for a district, offerors must demonstrate ownership or lease-access to at least one motor grader and one qualified operator for that specific district.
- Submission: Proposals must include a technical proposal, price proposal, and contractor representations and certifications. The Experience Questionnaire (Attachment A) is a critical component. Offerors are not required to bid on all districts but must price all line items within any district they choose to bid on.
- Method: Email submissions to Michael.Wheelock@usda.gov.
- Deadline: April 3, 2026, at 5:00 PM EST.
- Contact: Jordan Wheelock (Michael.Wheelock@usda.gov). Site visits can be arranged by emailing Darren Morris (darren.w.morris@usda.gov).
Important Notes
Offerors must ensure active entity registration in SAM.gov and consider the provided Wage Determination (Attachment D) for accurate labor cost estimation.