GAOA Idaho Airstrip Back Country 2 PNF
ID: 1240LT26R0008Type: Solicitation
Overview

Buyer

DEPARTMENT OF AGRICULTUREFOREST SERVICEPAYETTE NATIONAL FORESTMCCALL, ID, 83638, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF AIRPORT RUNWAYS AND TAXIWAYS (Z2BD)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service at Payette National Forest, is seeking proposals for the GAOA Idaho Airstrip Back Country 2 project, which involves maintenance and improvements at three backcountry airstrips in Idaho. The project requires extensive work, including vegetation removal, installation of tie-downs, grading, and culvert work, all adhering to strict non-motorized and non-mechanical equipment regulations due to the wilderness setting. This initiative is crucial for maintaining access and safety in remote areas, ensuring the functionality of airstrips that are vital for emergency services and recreational access. The estimated contract value ranges from $500,000 to $1 million, with a performance period from May 15, 2026, to October 12, 2027. Interested contractors must submit their proposals by January 16, 2026, and can direct inquiries to Pat Newberry at Patricia.newberry@usda.gov or Kellie Shaw at kellie.shaw@usda.gov.

    Files
    Title
    Posted
    The USDA Forest Service Intermountain Region 4 PPS plans to issue an RFP for a Firm-Fixed-Price contract to perform maintenance on three backcountry airstrips in the Frank Church River of No Return Wilderness. This pre-solicitation notice, 1240LT26R0008, outlines the scope, which includes tree and vegetation removal, demolition and construction of airplane tie-downs, boundary and threshold markers, windsock structures, information boards, grading, outhouse construction, and culvert installation/replacement. The anticipated solicitation release is around December 20, 2025, with an award in February 2026, and a 540-calendar-day contract duration. A pre-proposal conference and site visit are planned. The government will use a Best Value Tradeoff approach, with technical factors being significantly more important than price, focusing on Past Performance, Experience, and Technical Approach. This acquisition is a small business set-aside under NAICS 237990, subject to the World Trade Organization Government Procurement Agreement, Free Trade Agreements, and Buy American Act requirements.
    The USDA Forest Service is seeking proposals for the GAOA Idaho Airstrip Deferred Maintenance project, focusing on three backcountry airstrips within the Frank Church River of No Return Wilderness. This project addresses essential maintenance, including vegetation removal, construction and demolition of airplane tie-downs, installation of boundary and threshold markers, windsock structures, segmented circles, and information boards. It also involves grading, outhouse construction, and the installation/replacement of belt drains and culverts. The work must adhere to strict guidelines, including using non-motorized, non-mechanized equipment for most tasks, with limited exceptions for specific machinery. Contractors are responsible for site preparation, concrete work, painting, and ensuring compliance with all federal, state, and local regulations, including those for environmental protection and traffic control. The project is scheduled from Spring 2026 to Fall 2027, with a base bid contract time of 515 days, and emphasizes the use of approved materials and construction methods to ensure the safety and functionality of the airstrips.
    The document outlines deferred maintenance for three backcountry airstrips in the Payette National Forest, Idaho: Chamberlain, Cabin Creek, and Cold Meadows. It details specific work for each, including tree removal, vegetation clearing, installation/replacement of belt drains, tie-downs, information boards, outhouses, windsocks, and culverts, as well as grading. The project, located within the Frank Church River of No Return Wilderness, mandates the use of non-motorized and non-mechanical equipment, with exceptions requiring a Minimal Requirements Analysis. Access is limited to an extensive trail system or by plane/helicopter, as there are no roads. Contractors must be licensed in Idaho, provide their own lodging, and adhere to strict safety and environmental regulations, including proper waste disposal and erosion control.
    The provided document consists almost entirely of heavily redacted text, primarily composed of repeated sequences of '��������������������'. This extensive redaction makes it impossible to discern any specific content, main topics, key ideas, or supporting details. The only discernible information at the end of the document is the digital signatures of WILLIAM PERRY (dated 2025.05.06 08:42:50 -06'00') and MATTHEW DAVIS (dated 2025.05.06 15:26:11 -06'00'). Without access to the unredacted content, a meaningful summary or analysis of its purpose within the context of government RFPs, federal grants, or state/local RFPs cannot be provided.
    The GAOA Idaho Airstrip - Backcountry project, managed by Paul McCloskey for the Payette NF, Krassel Ranger District in Idaho and Valley counties, outlines a 515-day task order for Spring 2026 - Fall 2026. The project involves extensive improvements across three airstrips: Chamberlain, Cabin Creek, and Cold Meadows. Key tasks include mobilization/demobilization, tree cutting, installing new chains and tie-downs, relocating/installing boundary and threshold markers, relocating windsock structures, installing windsock/segmented circles, replacing information boards and outhouses, and significant earthwork for airstrip cuts and fills. Additionally, vegetation clearing from clear zones, belt drain installation and removal, culvert work, open-top drain repair, and painting route markers and segmented circles are specified. The schedule details quantities for each item across the three locations, with all costs currently listed as zero.
    This government file, ID20250051, effective September 26, 2025, outlines prevailing wage rates for heavy construction in Idaho County, Idaho, including water and sewer line construction, and treatment/industrial plants. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into or extended on/after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, not renewed/extended after January 30, 2022). The document specifies wage rates and fringes for various trades like Carpenters, Electricians, Power Equipment Operators (with zone and boom pay differentials), Ironworkers, Laborers, and Cement Masons, distinguishing between areas north and south of the 46th parallel. It also provides information on paid sick leave for federal contractors under Executive Order 13706 and outlines the wage determination appeals process through the WHD Branch of Wage Surveys, WHD Branch of Construction Wage Determinations, Wage and Hour Administrator, and Administrative Review Board.
    The document outlines various maintenance and upgrade projects across several remote airstrips: Cabin Creek, Chamberlain, and Cold Meadows. Key tasks include addressing existing belt drains, managing encroaching trees, replacing old tie-downs, and updating information boards at Cabin Creek. Chamberlain's projects involve relocating end markers, replacing toilets and information boards, updating tie-down chains, and managing culvert and wet ground issues. Cold Meadows focuses on replacing and installing culverts, relocating markers, replacing belt drains, updating windsocks and segmented circles, and clearing trees. The overall theme is infrastructure improvement and hazard mitigation at these remote sites.
    This government solicitation (No. 1240LT26R0008) is for maintenance at three backcountry airstrips in the Frank Church River of No Return Wilderness, Payette National Forest, Idaho. The project involves various maintenance items at Chamberlain, Cold Meadows, and Cabin Creek airstrips, accessible only by air or specific trails. The solicitation includes attachments for specifications, plans, locations, schedule of items, wage rates, and photos. The contract will be a firm fixed-price award. Performance is required to begin within 30 calendar days of receiving notice to proceed and must be completed within 515 calendar days. Offerors must provide pricing for all line items in Attachment 4 and comply with the Buy American-Construction Materials clause. A virtual site visit is optional, and all questions must be submitted in writing by December 15, 2025. The document also details administrative data, insurance requirements, and protest procedures.
    This government solicitation, 1240LT26R0008, issued by the USDA Forest Service, outlines a project for deferred maintenance at three backcountry airstrips (Chamberlain, Cold Meadows, and Cabin Creek) within the Frank Church River of No Return Wilderness in Idaho. The project requires contractors to furnish all labor, materials, equipment, and supplies. Key requirements include a performance period of 515 calendar days, a mandatory bid guarantee of 20% of the bid price, and specific insurance coverages. The contract is a firm fixed-price type, with proposals due by January 9, 2026. Attachments provide detailed specifications, plans, location data, a schedule of items, and wage rate requirements. The document also includes extensive FAR and AGAR clauses, emphasizing compliance with Buy American regulations, labor standards, and administrative procedures.
    The “Quick Reference Guide: Pinyon Instructions for External Partners” outlines the process and rules for external partners collaborating with the U.S. Forest Service (USFS) using the Pinyon System, an online collaboration and storage platform. The guide details steps for external users to accept invitations, set up a free Box account (if needed), and become a collaborator. It also covers the use of Box Desktop Tools for editing capabilities. Crucially, the document establishes comprehensive Terms of Service and Rules of Behavior for third parties, emphasizing data security, privacy, and responsible information handling. Key rules include restrictions on sharing Controlled Unclassified Information (CUI) and other data without explicit permission, ensuring the security of usernames and passwords, maintaining up-to-date anti-virus software, and securely managing and disposing of FS information. The USFS reserves the right to monitor activity and revoke access for violations, underscoring the importance of compliance with these guidelines and applicable federal laws and regulations.
    The government file addresses various questions and clarifications regarding a federal wilderness project, likely an RFP. The project, valued between $500,000 and $1,000,000, involves airstrip maintenance, culvert replacement, and drain installation. Key aspects include strict adherence to non-motorized and non-mechanical tool use due to wilderness regulations, with only hand tools, horse-drawn equipment, and some survey tools allowed. Material transport will primarily be via plane or helicopter. The period of performance is confirmed for 05/15/2026-10/12/2027, with an extended question deadline of 12/22/2025. Contractors are responsible for providing culvert materials and will use native fill. Designated camping and stock areas are available. The project emphasizes environmental considerations, including topsoil management and slash disposal. Inspections will occur as needed, with a bid bond required upon submission.
    The document, Amendment of Solicitation/Modification of Contract 1240LT26R0008/0001, is an amendment to a solicitation for the USDA-FS CSA Intermountain 8 in Ogden, UT. The purpose of this amendment is to post questions and answers, add box instructions for offerors to see more specific photos and laydown areas of the requirement, change the Period of Performance to 05/15/2026-10/12/2027, and allow for additional questions until 5:00 PM MT on 12/22/2025. Offerors must acknowledge receipt of this amendment by completing and returning copies of the amendment, acknowledging receipt on each offer copy, or by separate communication, all prior to the specified hour and date for receipt of offers. Failure to acknowledge may result in rejection of the offer.
    This document addresses numerous questions regarding a federal government solicitation for a small business set-aside project, clarifying various requirements and conditions. Key clarifications include that the solicitation is not limited to GAOA MATOC Prime Contractors and is advertised on sam.gov as a small business set-aside. Mechanized or motorized equipment, such as electric skid-steers and generators, are prohibited for wilderness work due to non-mechanized/non-motorized requirements. A bid bond is required with the proposal, while payment and performance bonds are due after contract award. The project involves installing four new tie-downs and requires a standard-grade rubber conveyor belt. Wood treatment must be rated for ground contact (UC4A or higher). Cut material from the E/W Airstrip will be used as fill for the N/S airstrip, with organic material scattered for new growth. Laborer: Landscape is the appropriate classification for general labor activities. Remaining Great American Outdoors Act funding will be transferred to other GAOA projects. Vegetation removal for clear zones targets plants taller than 12 inches with a diameter of at least 1 inch. Grading work is exclusive to Chamberlain. All airfields are confirmed to be in the Southern Region of Idaho for Davis Bacon prevailing wage rates. The bid due date has been extended to January 16th, 2026. While creeks provide water for livestock, supplemental feed may be necessary. Wheeled horse-drawn wagons are not permitted. If bids exceed the government estimate of $500K-$1M, the project scope may be reduced and re-advertised.
    Amendment 0002 for solicitation 1240LT26R0008 extends the response due date for offers from January 9, 2026, to January 16, 2026, at 5:00 PM MT. The amendment also includes additional Questions and Answers. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, or by other specified methods, to ensure their offer is not rejected. The period of performance for the contract is from May 15, 2026, to October 12, 2027. All other terms and conditions of the original solicitation remain unchanged.
    The government project, estimated between $500,000 and $1,000,000, involves airstrip and culvert work in a wilderness area, with a performance period from May 15, 2026, to October 12, 2027. Access to sites is challenging, requiring materials to be flown in by plane or helicopter. Strict rules apply to equipment; only non-motorized and non-mechanical tools are generally allowed, with exceptions for a wheeled grader (flown in previously) and a cutting torch. Battery-powered tools are not permitted. All earthwork, including cutting, filling, and compaction, must be done with hand tools or horse-drawn equipment, with natural snowpack assisting compaction in some areas. Native material will be used for fill. The culvert at Chamberlain will not be replaced under this contract due to NEPA approval timelines. HDPE pipes are not approved as an alternative to corrugated metal piping due to fire susceptibility. Bid bonds are required upon submission. The deadline for questions has been extended to December 22, 2025. Contractors can camp on-site but not in Forest Service cabins. Inspections will be conducted as needed, with a one-week advance request required for specific inspection times.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Loading similar opportunities...