Skip to content
Department of Agriculture

R3 National Forest’s Roads IDIQ

Solicitation: 127EAX26R0006
Notice ID: a3ad2cb79c104b558146274efd5e3ebc
TypePresolicitationNAICS 237310PSCY1LBSet-AsideSBADepartmentDepartment of AgricultureAgencyForest ServicePostedFeb 12, 2026, 12:00 AM UTCDueMar 14, 2026, 07:30 PM UTCCloses in 20 days

Presolicitation from FOREST SERVICE • AGRICULTURE, DEPARTMENT OF. Place of performance: United States. Response deadline: Mar 14, 2026. Industry: NAICS 237310 • PSC Y1LB.

Market snapshot

Awarded-market signal for NAICS 237310 (last 12 months), benchmarked to sector 23.

12-month awarded value
$421,921,577
Sector total $33,072,247,130 • Share 1.3%
Live
Median
$3,511,625
P10–P90
$249,776$21,830,563
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.3%
share
Momentum (last 3 vs prior 3 buckets)
+100%($421,921,577)
Deal sizing
$3,511,625 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Albuquerque, NM • 871023498 USA

Point of Contact

Name
Blaine Greenwalt
Email
blaine.greenwalt@usda.gov
Phone
Not available
Name
Troy A. McCullough
Email
troy.mccullough@usda.gov
Phone
Not available

Agency & Office

Department
AGRICULTURE, DEPARTMENT OF
Agency
FOREST SERVICE
Subagency
USDA-FS, CSA SOUTHWEST 7
Office
Not available
Contracting Office Address
Albuquerque, NM
871023498 USA

More in NAICS 237310

Description

NOTICE
This is a pre-solicitation notice to inform industry of an upcoming Forest Service, Region 3 (Arizona and New Mexico) requirement. This pre-solicitation notice is not a Request for Proposal (RFP), therefore do not submit a proposal. Any proposals received as a result of this pre-solicitation notice will not be accepted. A formal solicitation will be issued approximately 15 days following this pre-solicitation notice. Do not request a copy of the solicitation and any associated documents based on this pre-solicitation notice
The USDA Forest Service, Procurement and Property Services, is currently preparing a solicitation / Request for Proposal (RFP) for multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for road construction and maintenance for the Region 3 National Forests, Arizona and New Mexico.
The Government intends to solicit and award multiple Indefinite Delivery-Indefinite Quantity (IDIQ), Multiple Award Task Order Contracts (MATOC) resulting in Firm Fixed Price Task Orders. 
 The contracts are anticipated to have a five-year performance period. Total aggregate maximum ceiling value is $100,000,000.00 over the life of all the contracts.
This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any proposal preparation costs.
SCOPE OF WORK
The scope of work of these contracts shall include road construction and road maintenance project task orders.  Requirements are multi-disciplinary repair, construction/reconstruction, maintenance, stabilization and incidental design work for roads, bridges, and miscellaneous structures in R3. Work in includes but not limited to the following:
Road and trail: Work includes construction survey and staking; maintenance, reconstruction, and/or construction of native surface, gravel, or paved roads; and road repair and reconstruction due to damage from human or natural causes.

Road and trail decommissioning: Work includes de-compaction, partial or full recontour to restore the roadway to a hydrological stable condition; removal of drainage structures and associated fill to restore site to natural contour; work may include excavation of stream channels without drainage structures; installation of gradient control devices in channels or sediment basins; tree transplanting; rock/log scattering; seeding, fertilizing, and mulching; and the construction of waterbars.
Bridges and Culverts Reported as Bridges (CRABs): Work includes repair and/or maintenance of steel, concrete, and timber road bridges and crabs; construction/reconstruction of approaches; and related stream work within the project area.
Trail bridges readily accessible by conventional road building equipment: Work includes construction or reconstruction of bridge and/or approaches. Site will be accessible from NFSRs or trails, or other public roads.  Culverts, Aquatic Passage Structures, and Ancillary Structures: Work includes road structures for aquatic passages, bottomless arches, small bridges, retaining walls, and cattle guards that are part of NFSRs.
Equipment: Includes providing equipment and operator paid by the hour. Related work includes signs; guardrails; closure devices such as gates, fences; stream grade; alignment control; scour protection; environmental abatement; accessible pathways; soil erosion and sediment control, stockpiling and/or crushing aggregate; emergency repairs; and other work typically performed by road construction and excavation type contractors.
The IDIQ contract shall cover road construction work and will be used to award task orders for road construction projects. Davis-Bacon Construction Wage Determination shall apply to any resulting task orders for road construction.

The IDIQ contract shall cover road maintenance work and will be used to award task orders for road maintenance projects. Road maintenance projects shall be considered services. Accordingly, the Service Contract Act (SCA) Wage Determination shall apply to any resulting to any resulting task orders for road maintenance.
ACQUISITION INFORMATION

This acquisition shall be a total small business set-aside.
The North American Industry Classification System (NAICS) code for this acquisition is 237310 – Highway, Street, and Bridge Construction, with small business size standard of $45M.
Solicitation posting date is tentatively planned for on or about 20 March 2026.
All proposal submission instructions and evaluation information shall be provided with the solicitation RFP. Interested parties are hereby notified that the solicitation will be available exclusively on the Contract Opportunities website. sam.gov.  The solicitation, attachments, and amendments (if any) will be published for viewing, printing, and downloading from the SAM website only. It is the potential offeror's responsibility to monitor Contract Opportunities for the release of amendments, changes, or other information pertaining to the solicitation. No hardcopy/paper versions of the solicitation or amendments will be distributed.
Interested vendors must obtain complete solicitation package on SAM.gov, copies will not be mailed from the Contracting Office. Vendors will be solely responsible for viewing the solicitation posting in SAM.gov for amendments to the RFP.
All interested vendors must have an active entity registration in the System for Award Management (SAM) database at SAM.gov | Entity Registrations in order to submit an offer; failure to register in the SAM database will cause your firm to be ineligible for award and removed from consideration.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.