GAOA FY25 McCall Area Housing Barracks Replacement
ID: 1240LT25R0011Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERIVCEKALISPELL, MT, 59901, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER RESIDENTIAL BUILDINGS (Y1FZ)

Set Aside

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

    The USDA Forest Service is soliciting proposals for the GAOA FY25 McCall Area Housing Barracks Replacement project, which involves the construction of new prefabricated barracks, a laundry facility, and associated site utilities in McCall, Idaho. The project, valued between $1,000,000 and $5,000,000, is set aside for total small business participation and includes the demolition of existing bunkhouses and extensive utility installations. Key deadlines include a site visit on July 30, 2025, with proposals due by September 5, 2025, at 4:00 PM MDT. Interested contractors should direct inquiries to Paula Sales at paula.sales@usda.gov or Lonnie Root at lonnie.root@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The GAOA McCall Area Barracks Replacement project involves significant construction and renovation, with key clarifications provided regarding engineering requirements, permits, and specific design elements. Engineering stamps are primarily needed for prefabricated buildings and foundations, with only Idaho-licensed engineers permitted. A topographical survey is not required, and the government will provide CAD files post-award. The period of performance for the base bid is 365 days, with options also lasting 365 days from their award date. Delegated design submissions for modular bunkhouses must include engineered calculations and stamped plans from an Idaho-licensed professional covering all systems. ADA and ABA guidelines apply specifically to Optional Bid Item 2. No radon mitigation is required for the laundry building, and aside from City ROW, water, NPDES, and landfill disposal permits, only state MEP inspections are necessary. Contact information for Idaho Power is also provided.
    This document is an amendment to a solicitation (Amendment Number 1240LT25R0011, dated 08/25/2025) issued by USDA-FS CSA Intermountain, located at 324 25th ST, Ogden, UT 84401. It incorporates questions and answers dated August 25, updates Attachment 2 (Schedule of Items) and Attachment 6. The most significant change is the extension of the proposal due date to September 5, 2025, at 4:00 PM MDT. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time may result in the rejection of the offer. If an offer already submitted needs to be changed due to this amendment, such changes must be submitted via letter or electronic communication, referencing the solicitation and amendment, and must be received before the new opening hour and date. All other terms and conditions of the original solicitation remain unchanged.
    The USDA Forest Service has issued Request for Proposal (RFP) No. 1240LT25R0011, titled "FY25 GAOA McCall Area Housing Barracks Replacement." This is a total small business set-aside construction project, valued between $1,000,000 and $5,000,000. The project involves installing new site utilities, demolishing two existing bunkhouses, and constructing four new prefabricated barracks, a laundry building, and a trailer pad at the McCall Area Housing site in Payette National Forest, Idaho. Key dates include a site visit on July 30, 2025, questions due by August 22, 2025, and proposals due by August 29, 2025, at 4:00 PM MT. Performance is required within 365 calendar days after receiving notice to proceed, with a period from August 1, 2025, to July 31, 2026. The RFP emphasizes adherence to the Buy American Act, requiring domestic construction materials unless exceptions apply. Contractors must provide performance and payment bonds and meet specified insurance coverage requirements.
    This solicitation document pertains to a forthcoming construction project within the Payette National Forest that involves the replacement of housing barracks. It outlines a pre-solicitation site visit opportunity on November 13, 2024, for potential contractors to assess the project site before the expected heavy snowfall and seasonal closures. The government emphasizes that this site visit is for informational purposes only and does not constitute a request for proposal or commitment to award a contract. The planned project includes the demolition of four existing buildings and the construction of new barracks and laundry facilities, with associated utility upgrades, estimated to be valued between $500,000 and $3 million. Vendors are encouraged to inspect site conditions, which could influence future contract performance cost. A formal solicitation is anticipated to be issued in December 2024, initiating work as conditions allow in the following spring. The document facilitates vendor preparation and engagement while clarifying that costs incurred during this informational phase will not be reimbursed by the government.
    The USDA Forest Service has issued a Request for Proposals (RFP) for the GAOA McCall Area Housing Barracks Replacement project, with a budget between $1 million and $5 million. This project entails constructing new prefabricated barracks, demolishing existing bunkhouses, and building additional facilities at the Payette National Forest in McCall, Idaho. The proposal is exclusively set aside for small businesses and requires bids to be submitted by August 20, 2025. A mandatory site visit is scheduled for July 30, 2025. The timeline includes a performance period starting from August 1, 2025, and ending on July 31, 2026. Contractors must provide performance and payment bonds, along with detailed price proposals and evidence of past performance, experience, and technical capabilities. The document outlines extensive insurance requirements, compliance with various federal labor standards, and guidelines for using domestic materials under the Buy American Act. Additional attendance at a post-award conference and adherence to technical specifications outlined in the attached documents are also mandated. This solicitation emphasizes the importance of safety, compliance, and quality in the construction process, while supporting small business participation in federal contracting.
    The McCall’s Barracks Questions and Answers document clarifies various aspects of a construction project, likely an RFP. Key points include allowing stick-framed construction for buildings, with engineering stamps required only for pre-fabricated buildings and foundations by Idaho-licensed engineers. No topographical survey is needed, and CAD files will be provided post-award. The Period of Performance for options will be 365 days from their award date. Specifications 011250 should be consulted for
    This document addresses 70 questions and answers regarding a federal government project, likely an RFP, dated August 27, 2025. Key aspects clarified include the construction of the laundry building (onsite, not modular), the project's small business set-aside, and the assumption of a 2,500 psf bearing capacity without a geotechnical report. The document specifies that while multiple roles for personnel are encouraged to be separated, the superintendent can also serve as the quality control manager. It clarifies that adjustable frame hollow metal doors are acceptable in a modular setting, and that factory painting for siding is recommended. The project requires Idaho-licensed engineer stamps only for prefabricated buildings and foundations, not the laundry building. Radon mitigation is only for barracks, and ADA/ABA compliance is exclusive to Bid Option 2. Contractors are responsible for identifying hazardous materials, and third-party inspections are required. The contractor is not tax-exempt. The government will consider extensions for material lead times, and on-site work can begin soon after award.
    This document outlines the requirements for packaged compressor and condenser units, air-cooled, ranging from 1 to 5 tons (3.5 to 17.6 kW) with heat pump capabilities, for ground-mounted installation. It specifies product data, shop drawings, and operation and maintenance data for submittals, emphasizing coordination with heating and cooling calculations and other construction sections. Key product requirements include scroll compressors with R-410A refrigerant, copper-tube aluminum-fin condenser coils, and various accessories like crankcase heaters and high/low-pressure switches. Units must meet specific capacities (16 SEER, 9.5 HSPF) and electrical characteristics (240V, 1 Phase, 60 Hz). Manufacturers like Carrier, Daikin, Lennox, Trane, USA Coil & Air, and YORK are listed as acceptable. Installation guidelines cover mounting on concrete bases, maintaining clearances, and making proper piping and electrical connections. Field quality control mandates leak tests, operational tests, and control adjustments to ensure compliance.
    The United States Department of Agriculture, Payette National Forest, is soliciting bids for the GAOA McCall Area Housing Barracks Replacement project (Solicitation Number 1240LT25R0011- Attachment 1). This project involves installing new site utilities, demolishing two existing bunkhouses, constructing four new prefabricated barracks, building a new laundry facility, and creating a new trailer pad at the McCall Area Housing site in McCall, Idaho. The scope of work is divided into Base Bid A and Base Bid B, with optional work including tying into the city water supply and installing an accessible prefabricated barracks. The project site is located at 600 North Mission Street and 90 W Forest St within the Payette National Forest. Key site conditions and limitations include maintaining access to certain barracks, coordinating utility use, providing temporary toilet facilities, pressure washing equipment to prevent noxious weeds, and protecting existing trees. Traffic control and construction signing must adhere to MUTCD standards. The estimated period of performance is August 1, 2025, to July 31, 2026, with a contract time of 365 calendar days for the base bid and an additional 365 days for options.
    The GAOA McCall Area Housing Barracks Replacement project outlines a comprehensive plan for constructing new housing barracks and associated infrastructure. The project involves site preparation, demolition of existing structures like the wash house and barracks, and the installation of new utilities. Key components include the construction of a laundry building, trailer pads, and extensive pipeline systems for water (HDPE in 1", 1.5", and 4" diameters) and sewer (6" PVC). Electrical work encompasses new service systems, feeders to various buildings, and communications conduits. Optional bid items include tying waterlines into the city main and constructing new accessible pre-fabricated barracks. The document details specific units of measure for each item, such as Linear Feet (LF) for pipelines and Each (EA) for various installations, indicating a structured approach to project execution and bidding.
    The GAOA McCall Area Housing Barracks Replacement project outlines two base bids (A and B) and an optional bid item for the construction and demolition of barracks and associated infrastructure. Both Base Bids A and B detail identical requirements for project site preparation, including the construction of a laundry building and trailer pads, construction staking, mobilization, and demolition of existing wash houses and barracks. They also include extensive utility work such as the installation of various HDPE pipelines, blowouts, curb valves, sewer systems (6" PVC sewerline and clean outs), and comprehensive electrical work covering power company fees, site electrical demolition, electrical service systems, feeders to various buildings, and communications conduit. Additionally, both base bids include the provision of a 1560 sq ft modular barracks with concrete foundation, transportation, crane set, and utility connections. An optional bid item focuses on constructing new accessible pre-fabricated barracks of the same size, including accessible access. The document defines various methods of measurement, such as Least Squares (LSQ), Linear Feet (LF), Average Flow Rate (AQ), Lump Sum (LS), Discharge Flow Rate (DQ), and Each (EA).
    The GAOA MCCALL AREA HOUSING BARRACKS REPLACEMENT FY25 project, Solicitation No: 1240LT25R0011, outlines the replacement of existing bunkhouses with new prefabricated barracks, construction of a laundry building, and a trailer pad at the McCall Area Housing site on the Payette National Forest in Idaho. The project involves extensive site utility installation, demolition, and new construction, with work divided into Base Bid A, Base Bid B (sequenced demolition/installation), and optional work like connecting to city water and installing an accessible barracks. The contract emphasizes adherence to various building codes and specifications, including structural requirements, energy efficiency (exceeding IECC 2021 by 30%), and ADAABAG guidelines for accessible units. The project timeline is 365 calendar days, with a start date of August 2025. Detailed requirements for construction, appliances, mechanical, and electrical systems are provided, along with site information, limitations, traffic control, and a mandate for a comprehensive operations and maintenance manual upon completion.
    The document, likely a Request for Proposal (RFP) or a similar government procurement document, outlines requirements for various services or products. It details specific technical specifications, compliance standards, and operational guidelines that potential contractors must adhere to. The file emphasizes adherence to regulatory frameworks, quality assurance, and detailed reporting. It also includes sections on performance metrics and deliverables, indicating a structured approach to project execution and evaluation. The complex nature of the document suggests a need for precision in responding to ensure compliance with all outlined provisions. It is structured to ensure that all aspects of the project, from technical implementation to administrative processes, are clearly defined and followed by prospective bidders.
    This government RFP, Solicitation 1240LT25R0011, outlines a project for the McCall Area Housing site on the Payette National Forest. The project involves installing new site utilities, demolishing two existing bunkhouses, constructing four new prefabricated barracks, building a new laundry facility, and creating a new trailer pad. Key elements of Base Bid A include constructing utility lines (water, sewer, electrical, communication), building a laundry facility with concrete, wood framing, and full finishes, and constructing a trailer pad after demolishing the existing wash house. Base Bid B proposes a phased demolition and installation of bunkhouses to minimize disruption. Optional work includes tying into the City Water system and installing an accessible prefabricated barracks. The document also includes detailed general notes, utility specifications, and site plans for road, water, sewer, electrical, and communication infrastructure, emphasizing contractor responsibility for coordination, utility location, safety, and adherence to all applicable codes and standards.
    The document outlines the Statement of Work for the GAOA McCall Area Housing Barracks Replacement project, initiated by the U.S. Department of Agriculture at Payette National Forest, Idaho. The project involves the demolition of existing bunkhouses and the installation of new prefabricated barracks, along with constructing a new laundry building and trailer pad. Two base bids are provided: Base Bid A entails comprehensive construction and utility installation, while Base Bid B modifies the sequence of work to minimize disruption. Optional work includes connecting to city water and adding accessible barracks. The project site is situated in McCall, Idaho, with specific site conditions and limitations outlined, including utility management, traffic control, and environmental safeguards. The anticipated project duration ranges from August 2025 to July 2026, with a stipulation for 365 days of contract time for the base bid and options. This government contract emphasizes infrastructure improvement and accessibility for housing facilities within the national forest, reflecting ongoing federal investment in public resources and land management.
    The document outlines various components of a construction project related to the GAOA McCall Area Housing Barracks Replacement. It specifies a list of tasks including demolition of existing structures, construction of modular barracks, and installation of utility systems such as sewer and water lines. Each item is cataloged with quantities and measurement methods (e.g., lump sum, each, and linear feet). The main focus is on the construction processes required for site preparation, utility connections, and installation of new facilities, including accessible modular barracks. Optional bid items such as connecting water lines to the city mains indicate further scope for contractors. Overall, this document serves as an RFP for potential contractors to propose bids for these specific construction tasks, ensuring compliance with established guidelines and project standards. The intention is to replace housing facilities while enhancing accessibility and infrastructure at the site.
    The GAOA McCall Area Housing Barracks Replacement project (Solicitation No: 1240LT25R0011) involves extensive renovations at the Payette National Forest site in McCall, Idaho. The contract encompasses the demolition of two existing bunkhouses, the installation of four prefabricated barracks, a laundry building, and a trailer pad. It is divided into two base bids: Base Bid A includes the full scope of work, while Base Bid B allows for sequential barracks installation to minimize short-term displacement of residents. Optional work may include connecting to city water and constructing an accessible barrack. The project emphasizes adherence to various construction and accessibility codes, highlighting detailed specifications for all construction elements, such as utilities, structural requirements, and building finishes. Environmental and safety measures, including protecting existing trees and managing public access during construction, are critical components. The timeline for completion is set at 365 calendar days, starting in August 2025. This RFP showcases the government’s commitment to improving housing facilities for personnel while ensuring compliance with regulatory standards and best practices in construction and environmental stewardship.
    The government file pertains to various funding opportunities, including federal RFPs (Requests for Proposals), federal grants, and state and local RFPs. It outlines the guidelines for agencies and organizations seeking financial support for projects aimed at enhancing public services, infrastructure, and community welfare. Emphasis is placed on the importance of adherence to compliance and reporting requirements to ensure transparency and efficient use of funds. Key topics include eligibility criteria for applicants, the evaluation process for proposals, funding limits, and timelines for submission. The file highlights the necessity of aligning proposals with governmental priorities such as economic development, public health, and environmental sustainability. This initiative reflects the government's strategy to encourage collaboration with various stakeholders to achieve socio-economic benefits through structured funding mechanisms. The document serves as a comprehensive resource for prospective applicants, ensuring they understand the intricate details necessary for successful application and funding acquisition.
    The project outlined in solicitation 1240LT25R0011 involves extensive renovations at the McCall Area Housing site on the Payette National Forest. Key components include demolishing two existing bunkhouses, installing four prefabricated barracks, and constructing a new laundry building, along with upgrades to site utilities. The scope of work specified in Base Bid A encompasses constructing utility installations such as water, sewer, and electrical lines, along with paving a trailer pad. Base Bid B introduces a phased approach, promoting minimal disruption while upgrading accommodations. The proposal invites optional work, including connection to city water and the construction of an accessible barracks, enhancing the project's scope. A series of detailed specifications are provided concerning construction dimensions, utility management, and project coordination to ensure compliance with federal, state, and local regulations. The contractor is tasked with ensuring no existing utilities are damaged and collaborating with the contracting officer for any discrepancies. This project reflects the federal government's initiative for upgrading housing infrastructure while adhering to safety and accessibility standards.
    The document serves as a presolicitation notice for a site visit concerning the McCall Area Housing Barracks Replacement project at the Payette National Forest in McCall, Idaho. Scheduled for November 13, 2024, the site visit allows prospective vendors to evaluate the project site before inclement weather, with the intent of facilitating informed proposals when the solicitation opens in December 2024. The anticipated project involves demolishing four existing barracks and constructing four new barracks along with a laundry facility while upgrading associated utilities, with a project budget estimated between $500,000 and $3,000,000. This notice explicitly states that it is not a RFP and does not commit the government to award contracts or reimburse vendors for visit costs. The government emphasizes the importance of site inspection, as failing to do so could affect contract performance claims. For inquiries, vendors may contact Civil Engineer Thompson Samuel. This initiative demonstrates the government's proactive approach to project preparation and vendor engagement in public construction efforts within federal guidelines.
    Similar Opportunities
    GAOA – Strawberry – Kamas Bunkhouse Renovations on the Uinta/Wasatch/Cache National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking qualified small businesses to undertake renovations at the Strawberry-Kamas Bunkhouse on the Uinta/Wasatch/Cache National Forest in Utah. The project involves comprehensive demolition, construction, and remodeling efforts to address housing deterioration at two sites, which include multiple bunkhouses and residences. This procurement is significant for maintaining essential facilities that support visitor services and forest management operations. Interested vendors must be registered in SAM.gov and are encouraged to monitor the site for updates, with a project budget estimated between $500,000 and $1,000,000 and a proposal submission deadline set for January 26, 2026. For further inquiries, contact Kellie Shaw at kellie.shaw@usda.gov or 208-313-3852.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    Smokey Circle quarters 214 Floor and Roof replacement
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    GAOA Facility Painting Bitterroot National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting bids for the GAOA Facility Painting project at the Bitterroot National Forest in Montana. The project entails the exterior painting of several buildings, including mechanical paint removal, pressure washing, priming, caulking, and applying two coats of exterior latex paint, with a focus on historical structures that may contain lead-based paint. This initiative is crucial for maintaining the integrity and appearance of government facilities, ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals by December 22, 2025, with the performance period scheduled from June 1, 2026, to July 31, 2026. For further inquiries, potential bidders can contact Pat Newberry at patricia.newberry@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.
    GAOA Buck Hall Recreation Phase 1 Renovation (SC)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the GAOA Buck Hall Recreation Phase 1 Renovation project in South Carolina. The project aims to reconstruct the Buck Hall Recreation Area's Campground and Day Use Area, which includes replacing critical infrastructure such as the sea wall, bathhouse, toilet building, well house, and various utility systems, as well as reconfiguring the campground loop and improving the boat landing and storm drainage systems. This renovation is vital for restoring recreational facilities heavily impacted by Hurricane Hugo, ensuring compliance with safety and environmental regulations throughout the 18-month contract period. Interested contractors can reach out to Penny Zortman at penny.Zortman@usda.gov for further details, with the RFP solicitation expected to be posted on SAM.GOV in January 2026.
    FSR 535/536 Recondition & Resurfacing - Coconino NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the reconditioning and resurfacing of approximately 4.00 miles of FSR 535 and the replacement of six culverts on FSR 535 and FSR 536 in the Coconino National Forest near Flagstaff, Arizona. The project aims to enhance road safety and accessibility, which is crucial for forest management and public use. The estimated contract value ranges from $250,000 to $500,000, with proposals due by January 9, 2026, at 15:30 local time. Interested bidders can reach out to Blaine Greenwalt at blaine.greenwalt@usda.gov for further inquiries.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Fire Alarm System Replacement, Mountain Home AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.