Federal Contract Opportunity

Last Updated on 26 Jun 2025 at 6 PM
Solicitation
Lakewood Colorado

UNITED STATES FOREST SERVICE, ROCKY MOUNTAIN REGION 2, ROAD AND BRIDGE CONSTRUCTION SERVICES MATOC

Details

Solicitation ID 1240LU25R0008
Posted Date 26 Jun 2025 at 6 PM
Response Date 15 Aug 2025 at 4 AM (estimated)
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda-fs, Csa Intermountain 9
Agency Department Of Agriculture
Location Lakewood Colorado United states

Sign up to access Documents

Signup now

AMENDMENT 0002 is posted, 25 February 2025, and MUST BE ACKNOWLEDGED with offers. Key to this amendment is the extension to the due date as well as establishing a deadline for additional RFIs to be submitted. 

AMENDMENT 0001 is posted, 19 February 2025, and MUST BE ACKNOWLEDGED with offers. 

IMPORTANT UPDATE: The due date and time for the receipt of offers has been extended as indicated in the announcement to 27 February at 4:00 PM (mountain). There will be an amendment forthcoming with important information regarding all three seed projects. Any and all amendments must be acknowledged by offerors once posted. Continue to follow this solicitation posting for updates.

NOTE: THIS SOLICITATION, 1240LU25R0008, REPLACES THE PREVIOUS SOLICITATION OF 1240LU24R0013. 

RFIs as of 6 Febuary have been posted and this document will continue to be updated throughout the solicitation process.  

The United States Forest Service (USFS), Rocky Mountain Region (Region 2) has issued this Request for Proposal for an Indefinite Delivery-Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for  road and bridge construction and related services. The geographic scope is limited to USFS Region 2 Forests and Grasslands.

The NAICS code is 237310 with a size standard of $45 million. The solicitation is issued as a total small business set aside. The Government intends to award a minimum of ten (10) individual MATOC contracts. These contracts will consist of a base two (2) year period and three one-year option periods for a total of five (5) years. Task orders will range from $2,000 to $3,000,000 with a $50,000,000 shared ceiling limit for all orders placed.

Any and all questions concerning this announcement, or the subsequent solicitation shall be submitted in writing to the Contracting Officer, Paul Larsen at [email protected].