GAOA Facility Painting Bitterroot National Forest
ID: 1240LU25Q0070Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEBitterroot National ForestHAMILTON, MT, 59840, USA

NAICS

Painting and Wall Covering Contractors (238320)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    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.

    Files
    Title
    Posted
    The document outlines instructions for creating an Independent Government Estimate (IGE) for federal government procurements, emphasizing that it must be an independent assessment and not a contractor quote. It details different IGE types: "Stand Alone IGE," "Stand Alone IGE w/options" for recurring needs, "IDIQ" for ongoing requirements, and "Task Order" for existing contracts. The IGE's format should match the Schedule of Items provided to contractors, including underlying assumptions. Initially, the Contracting Officer uses the IGE to determine procurement value and applicable thresholds. Later, it helps evaluate offeror understanding and supports price reasonableness determinations. The document includes a "Schedule of Items" for "BRF PAINTING PROJECTS" at the Bitterroot National Forest, listing base and optional exterior painting tasks at various locations with an anticipated firm fixed price contract award.
    The US Department of Agriculture (USDA) is seeking a contractor for the BRF Facility Painting Projects, which involves repainting the exterior of several buildings on the Bitterroot National Forest. The scope of work includes mechanical removal of loose paint and caulk, pressure washing, priming, caulking, and applying two coats of exterior latex paint. Buildings are located at the Stevensville Ranger District, Darby Ranger Station, and West Fork Ranger Station. Notably, the Darby Barn, a historic building, contains lead-based paint and requires renovators with specific certification. All work, including hand painting for historic buildings like the Darby Visitor Center and Barn, must be completed by July 31, 2026.
    The “Bitterroot Facility Painting Projects” manual outlines bid specifications for painting at Stevensville, Darby, and West Fork Ranger Stations, managed by the U.S. Forest Service. The document details administrative, quality, product, and closeout requirements, emphasizing electronic submittals, preconstruction and progress meetings, and strict adherence to quality control and installation standards. It specifies procedures for substitutions, waste management, and demolition, including the removal and potential salvage of interior and exterior elements. The project requires comprehensive documentation, compliance with regulatory standards, and meticulous execution to ensure high-quality painting and facility upgrades. It also covers joint sealants and their application, specifying product types and installation procedures for both interior and exterior use.
    The document outlines updates to wage determinations for building construction projects in Ravalli and Sanders Counties, Montana, under the Davis-Bacon Act. Key regulations include minimum wage rates based on contract dates, with varying hourly rates depending on the type of work and the application of specific executive orders. Additionally, it details requirements for worker protections, classification rates, and the appeals process for wage determinations.
    This government solicitation (1240LU25Q0070) from the USDA Forest Service, issued on September 23, 2025, is for the exterior painting of several buildings on the Bitterroot National Forest. The project, designated "Facility Painting BNF," involves mechanical paint removal, pressure washing, priming, caulking, and applying two coats of exterior latex paint. Key locations include Stevensville, Darby, and West Fork Ranger Stations, with specific attention to historical facilities. The performance period is from June 1 to July 31, 2026. Bidders must submit price and technical proposals, including past performance, experience in similar conditions, and a detailed technical approach. Proposals require an active SAM registration and a bid guarantee for quotes over $150,000. Quotes will be evaluated based on best value, considering technical factors and price. Contractors must adhere to various FAR and AGAR clauses regarding labor, environmental, and insurance requirements.
    This amendment to solicitation 1240LU25Q0070 extends the response deadline from October 23, 2025, to November 24, 2025. The purpose of this extension is to provide prospective offerors with building dimensions and to arrange a site visit once government operations resume. Offers must acknowledge receipt of this amendment by one of three methods: completing and returning copies of the amendment, acknowledging receipt on each submitted offer, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date and time may result in rejection of the offer. The period of performance for the contract is from June 1, 2026, to July 31, 2026.
    The document lists various government facilities and their corresponding footprints, likely as part of a federal government RFP, federal grant, or state/local RFP. It details the dimensions for several structures including the Stevensville RD Bunkhouse (58’ x 30’), Stevensville Office (90’ x 42’), Darby Ranger Station Office (80’ x 34’), Darby Visitor Center (40’ x 30’), West Fork Residence #3 (36’ x 24’), Stevensville RD Shop (94’ x 30’), Darby Ranger Station Shop (104’ x 30’), Darby Fire Warehouse (70’ x 30’), Darby Tree Cooler (41’ x 26’), and Darby Ranger Station Barn (30’ x 18’). The main purpose of this document is to provide a clear overview of the physical dimensions for each specified building, which is essential for planning, resource allocation, and project execution within a governmental context.
    Amendment 0002 to solicitation 1240LU25Q0070, issued by USDA-FS CSA INTERMOUNTAIN 9, extends the offer receipt deadline to December 22, 2025, at 5:00 PM MT. The original deadline was November 24, 2025. This amendment provides building specifications and details for a scheduled site visit on December 6, 2025, with stops at Stevensville Ranger Station, Darby Ranger Station, and WF Ranger Station. The purpose is to provide clarity and additional information for potential offerors. The period of performance for the contract is from June 1, 2026, to July 31, 2026. All other terms and conditions of the solicitation remain unchanged. Offers must acknowledge receipt of this amendment through specified methods to avoid rejection.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Bitterroot Front 10 Year G-Z IRSC
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking qualified contractors for the Bitterroot Front 10-Year Integrated Resource Stewardship Contract (IRSC), aimed at enhancing forest restoration and reducing wildfire risks across approximately 13,000 acres in Montana. The contract will involve various service activities, including timber removal, road maintenance, and biomass removal, with an anticipated offering of at least 90,000 CCF of commercial timber over the contract's duration. This initiative is crucial for bolstering the region's wood utilization capacity and ensuring a consistent supply of wood products while adhering to environmental regulations and safety standards. Interested parties can contact Matt Daigle at matthew.daigle@usda.gov or call 605-415-9057 for further details, and a site visit is scheduled for October 28, 2025, to discuss the project in depth.
    Custer Gallatin NF Fairy Lake Phase 2 Road & Recreation Improvements
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is preparing to solicit bids for the Fairy Lake Phase 2 Road and Recreation Improvements project located in the Custer Gallatin National Forest, Montana. This project aims to enhance Fairy Lake Road 74 and related recreational infrastructure through various tasks, including excavation, drainage improvements, road reconditioning, trail surfacing, and the installation of new facilities such as turnouts and a vault toilet. The improvements are crucial for maintaining access and enhancing recreational opportunities in the area, particularly as the project follows the completion of Phase 1, which is expected to conclude by October 15, 2026. Interested vendors are encouraged to visit the project site in fall 2025, although no formal site visit is scheduled at this time. For further inquiries, potential bidders can contact Lisa Rakich at lisa.rakich@usda.gov or Jeff Black at jeffrey.black2@usda.gov.
    GAOA Idaho Airstrip Back Country 2
    Buyer not available
    The Department of Agriculture, specifically the Forest Service under the Payette National Forest, is preparing to issue a Request for Proposals (RFP) for a Firm-Fixed-Price contract to maintain three backcountry airstrips located in the Frank Church River of No Return Wilderness in Idaho. The scope of work includes essential tasks such as tree and vegetation removal, construction of airplane tie-downs, installation of boundary markers and windsock structures, grading, and the construction of outhouses and culverts. This project is significant for ensuring the accessibility and safety of these airstrips, which are vital for emergency services and recreational access in remote areas. The anticipated solicitation release is expected around December 20, 2025, with contract awards projected for February 2026, and a contract duration of 540 calendar days. Interested parties can reach out to Pat Newberry at Patricia.newberry@usda.gov or 603-359-2563, or Kellie Shaw at kellie.shaw@usda.gov or 208-313-3852 for further information.
    GAOA Vault Toilet Replacement - Santa Fe National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GAOA Vault Toilet Replacement project at the Santa Fe National Forest in New Mexico. The project entails the demolition of eight existing toilet facilities and their replacement with new vault toilets, addressing significant health and safety concerns associated with the current facilities. This initiative is crucial for maintaining public health and safety in recreational areas, as the existing toilets include composting, vault, and flush toilets that are no longer adequate. Interested contractors should note that the estimated contract value is between $500,000 and $1,000,000, with proposals due by December 9, 2025, and a mandatory site visit scheduled for December 3, 2025. For further inquiries, contact Blaine Greenwalt at blaine.greenwalt@usda.gov.
    Intermountain Stewardship BPA
    Buyer not available
    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.
    Winter Property Maintenance (GMFL Supervisor's Office)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking a contractor for winter property maintenance services at the Green Mountain and Finger Lakes National Forests Supervisor's Office in Mendon, Vermont. The contract, which spans a base year and four option years starting October 15, 2025, requires the contractor to provide snow and ice removal from various areas, including driveways and parking lots, as well as the application of anti-skid materials and management of snow piles. This maintenance is crucial for ensuring safe access to the facility during winter months. Interested small businesses must submit a technical proposal, price proposal, and relevant certifications, with the award based on a best-value determination that weighs technical capability alongside price. For further details, potential bidders can contact Carrie L. Edwards at carrie.edwards@usda.gov.
    Helena Lewis & Clark NF - Park Lake Dam Rehabilitation
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is preparing to solicit bids for the Park Lake Dam Rehabilitation project located in the Helena Lewis & Clark National Forest in Montana. The project entails a comprehensive scope of work, including clearing and grubbing, deconstruction of the existing dam, construction of a new dam with a seismic foundation, hydraulic seepage control, and road reconstruction, all to be completed by October 31, 2027, over two field seasons. This rehabilitation is crucial for maintaining the integrity and safety of the dam infrastructure. Interested vendors are encouraged to inspect the project site prior to the solicitation, which is anticipated to be issued by January 2026. For further inquiries, potential bidders may contact Lisa Rakich at lisa.rakich@usda.gov or Reid Stovall at reid.stovall@usda.gov.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    Buyer not available
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for the rehabilitation of the GLAC HQ Parking Area in West Glacier, Montana. The project involves pavement removal, clearing and grubbing, drainage, and installation of curb and gutter, sidewalks, pavement, and signage. The estimated price range for the project is between $2,000,000 and $5,000,000. The completion date is tentatively set for Summer 2025. This solicitation is offered as a small business set-aside. Interested vendors can view the Interested Vendors List by registering as a SAM user.
    436-26-102 | Room 210 Epoxy Cover Wall and Floor
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 19, is seeking qualified contractors for interior renovation services at the Fort Harrison Campus of the Montana VA Health Care System, focusing on Room 210. The project involves the application of epoxy covers for walls and floors, ceiling repairs, and the replacement of damaged wall tiles, with an estimated construction value between $25,000 and $100,000. This renovation is crucial for maintaining a safe and functional healthcare environment, adhering to strict infection control and safety standards throughout the process. Interested contractors must submit their proposals by December 9, 2025, at 3:30 PM MST, and should direct inquiries to Blake Rowland at blake.rowland@va.gov.