2025 PNW Forest Inventory Analysis (FIA) Ongrid Areas 3 & 5
ID: 1240BG25Q0017Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEPACIFIC NORTHWEST RESEARCH STATIONPORTLAND, OR, 97205, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION) (F018)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service's Pacific Northwest Research Station, is seeking quotes for the 2025 Forest Inventory Analysis (FIA) in designated on-grid areas across Oregon and Washington. The procurement involves locating, measuring, and maintaining Forest Inventory plots on various land ownerships, with a strong emphasis on adhering to quality standards and ensuring accurate data collection. This initiative is crucial for enhancing forest inventory data accuracy and accessibility, supporting environmental assessments, and fostering collaboration with landowners. Quotes are due by May 5, 2025, at 3:00 PM Pacific Time, and all inquiries must be submitted in writing by April 28, 2025, to the primary contact, Ricky McLellan, at ricky.mclellan@usda.gov or by phone at 971-337-6197.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) for a Firm-Fixed-Price contract pertaining to providing labor and services for locating and installing Forest Inventory plots in Oregon and Washington. Issued under solicitation number 1240BG25Q0017, it emphasizes a Total Small Business Set-Aside, meaning only small businesses may submit offers. The procurement is categorized under NAICS code 115310 for Support Activities for Forestry, with a small business size standard of $11.5 million. The contractor will be responsible for all necessary services to fulfill the requirements detailed in the Statement of Work. The evaluation criteria for submissions include Technical Capability, Key Personnel qualifications, and Pricing. To respond, offerors must possess active registration in the System for Award Management (SAM), ensure their certifications are current, and submit offers electronically by May 5, 2025. Key details include the work being performed in specific regions and the anticipated contract period from May 12, 2025, to November 7, 2025. The document further highlights the importance of compliance with various federal acquisition regulations and mentions specific requirements for contractor personnel qualifications, demonstrating the government's effort to maintain oversight and quality in awarded contracts.
    The USDA's Pacific Northwest Research Station is soliciting contractors for the Forest Inventory and Analysis project in Oregon. The contractor will be tasked with locating, measuring, and maintaining Forest Inventory plots across various land ownerships, including federal, state, local, and private lands. The scope encompasses adherence to specified quality standards with the goal of achieving accurate data collection in compliance with the established instructions. Key responsibilities include securing landowner access permission, employing certified crews, and ensuring data meets government standards. The contract emphasizes the importance of maintaining professional interactions with landowners and conducting all work responsibly to prevent accidental trespassing or damage. Payment terms are contingent upon plot quality assessment, with clear guidelines detailing repercussions for unsatisfactory work. Important timelines are specified, emphasizing the critical nature of certain plots that must be completed by established deadlines. Overall, this initiative underscores the USDA's commitment to enhancing forest inventory data accuracy and accessibility while fostering collaborative efforts with landowners and adhering to strict environmental and operational standards.
    The document outlines procedures and requirements for contractors involved in a federal project related to the annual inventory and monitoring of forested areas in California, Oregon, and Washington. It includes several exhibits detailing various aspects such as inspection quality forms, field instructions, nondisclosure agreements, critical plot listings, and guidelines for electronic data collection and processing. Key components include the provision and precise specifications for hardware such as Personal Data Recorders (PDRs) and survey-grade GNSS units, as well as data processing procedures for submission of Electronic Plot Folders (EPF) to designated platforms. Emphasis is placed on the necessary updates to software and compliance with specific formatting protocols for plot descriptions and documentation. The contractor is also required to submit a detailed safety plan. Overall, the document serves to ensure that contractors adhere to established standards for collecting and processing forest resource data, thereby supporting efficient data management and compliance with federal monitoring requirements.
    The document outlines the performance requirements and quality assurance standards for a federal contract concerning landplot inspections. It specifies tasks such as Crew Leader certification, landowner contact, data collection, digital data delivery, and submission of plots, each having defined quality and performance standards. Inspection results are critical, with payment incentive structures tied to performance levels; successful inspections over 95% result in full payment, while lower scores receive proportionate payments or necessitate rework. The submission process demands strict compliance with outlined procedures and software standards, while provisions for re-inspection and rework are established to ensure accuracy and accountability. This framework reflects the government's emphasis on high-quality data collection and integrity in the execution of environmental assessments as part of its RFPs and grants. The document aims to ensure efficient contract execution and adherence to stringent quality benchmarks in line with federal regulations.
    The USDA Forest Service's guidelines for the Pacific Northwest Region outline comprehensive fire protection and suppression measures to be enforced from April 1 to October 31 annually, customizable based on weather conditions. Contractors must develop a fire plan in coordination with the Forest Service, certifying their compliance before project operations and updating it as necessary. Key protocols include maintaining emergency firefighting equipment, following specified fire precaution levels, and designating personnel for fire security. Specific measures detail restrictions on smoking, open fires, equipment requirements like fire extinguishers on vehicles, spark arresters, and firefighting tools. Additionally, contractors must ensure proper communication capabilities for swift fire reporting. Actions may be adjusted depending on the fire danger level, with clear definitions of operations permitted under various precautionary levels. These guidelines emphasize cooperation between contractors and the Forest Service to minimize fire risks effectively, aligning with the overarching goals of preserving forest environments while supporting operational safety and compliance.
    The Nondisclosure Agreement (NDA) establishes the terms under which the USDA Forest Service's Forest Inventory and Analysis (FIA) Program shares proprietary information with designated employees of a cooperating company. The NDA emphasizes the confidentiality of specific data, including sample site locations and related documents, which cannot be copied or disseminated without explicit authorization from FIA. The agreement restricts the use of this sensitive information solely for research and analytical purposes associated with the FIA program. Key conditions include strict data security measures, limitations on sharing data with unauthorized individuals, and a clear protocol for handling inquiries related to the proprietary information. The NDA remains effective for one year but obligates parties to maintain confidentiality for five years post-expiration. The US Forest Service retains the right to participate in similar agreements with other entities, ensuring compliance with U.S. laws governing confidential information. The document underscores the importance of safeguarding proprietary information while facilitating collaboration between government and private sectors in enhancing forest inventory and analysis activities.
    The document is a compilation of federal government RFPs, grants, and state/local RFPs, typically structured to solicit proposals for various projects. It highlights specific programs including infrastructure improvements, environmental assessments, and health and safety initiatives. Key themes include compliance with regulatory standards, the importance of hazard assessments, and the need for thorough planning in project execution. Notably, the document emphasizes the necessity for safety measures in construction and renovation projects to prevent health risks associated with hazardous materials. Overall, the purpose of this compilation is to guide stakeholders in responding to funding opportunities and ensuring compliance with federal and state regulations in their proposals, promoting effective project management and safety protocols. The document serves as a resource for entities seeking to engage with government programs, providing a framework for successful project proposals within regulatory frameworks.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Wallowa Whitman National Forest Snow Park Snow Plowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors to provide snow plowing services for the Wallowa-Whitman National Forest Sno-Parks located in Baker City, Oregon. The contract, identified as RFQ 1240BE26Q0014, is structured as an Indefinite Delivery/Indefinite Quantity with Firm Fixed Price CLIN, covering a base year from November 20, 2025, to September 30, 2026, along with five optional renewal years. These Sno-Parks serve as critical access points for winter recreation and special use operations, necessitating timely snow removal to ensure safety and accessibility for the public. Proposals must be submitted via email by 4:30 PM PST on December 22, 2025, and should include a technical quote, price quote, and necessary certifications, as the government intends to award the contract based on these submissions without further discussions. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov for additional information.
    Wallowa Whitman National Forest, La Grande Ranger District 2026 Fuels Reduction Fall Viewing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking small business contractors for the Wallowa Whitman National Forest's 2026 Fuels Reduction Fall Viewing project in La Grande, Oregon. This opportunity involves a site visit for interested vendors to assess the project areas prior to the issuance of a full solicitation, aimed at enhancing forest health and resilience to improve wildfire suppression efforts across multiple project areas, including Sheep, Sandbox, Cove, Mt. Emily, and others. The project encompasses various thinning and piling treatments across 1,875 acres of lop and scatter thinning, 2,125 acres of thin and hand piling, and additional methods to create defensible space for local communities and reduce wildfire risks. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov or Terry George at terry.george@usda.gov for further information.
    End of the World Long Term Stewardship
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking industry feedback through a Request for Information (RFI) for the End of the World Long Term Stewardship project in the Nez Perce-Clearwater National Forest, Idaho. The initiative aims to address forest health by reducing risks associated with insect infestations, wildfires, and improving water quality across approximately 17,000 acres, with an anticipated offering of over 50 million board feet of commercial timber. This project is significant for enhancing forest resilience and fostering sustainable land management practices, with various service activities including timber removal, road maintenance, and biomass management planned over a potential 10-year contract term. Interested parties are encouraged to submit their feedback by September 17, 2025, and can direct inquiries to Matt Daigle at matthew.daigle@usda.gov or by phone at 605-415-9057.
    Camas Prairie Fence
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The objective of this procurement is to replace an ineffective fence to exclude cattle and protect endangered frog species, involving tasks such as clearing land, removing existing fences, and constructing new four-strand barbed wire fences, with completion required by June 1, 2026. This project is crucial for the conservation of biological resources and the management of livestock grazing in sensitive areas. Interested vendors must submit their quotes by January 16, 2026, at 1600 Pacific Standard Time, using the updated solicitation document, and can direct technical inquiries to Eamonn Mazur or contact Darcy J Rapoza at darcy.rapoza@usda.gov for further information.
    1240BE25Q0089_Aggregate Supply_Notice of Intent to Award Single Source
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, intends to award a single-source contract to Knife River, Inc. for the supply of 8,250 tons of Commercial Grade (Reject) Aggregate. This procurement aims to furnish aggregate materials on an as-needed basis from February 1, 2026, to November 30, 2026, with the materials to be loaded into Forest Service dump trucks at the supplier's location in Central Oregon. The aggregate is critical for various construction and maintenance projects within the Deschutes National Forest and surrounding areas, ensuring compliance with specific quality standards, including a requirement for no less than 16% passing the 200 Sieve. Interested vendors must submit their quotations by September 22, 2025, at 2 PM PST, via email to Karen Weaver at karen.weaver@usda.gov, and must have an active registration in the System for Award Management (SAM).
    Deschutes NF - West Bend Rock Road Closure
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for the West Bend Rock Road Closure project on the Deschutes National Forest, located in Bend, Oregon. The primary objective of this procurement is to decommission and close roads to improve wildlife habitat by reducing open road densities, which will enhance habitat quality and connectivity. This project involves road obliteration and entry management treatments, including subsoiling and constructing barriers to prevent vehicle access, and is set aside for total small business participation. Interested contractors must submit their price quotes and necessary certifications by January 7, 2026, at 4:30 PM PT to Andrea Pollock at andrea.pollock@usda.gov, with the contract expected to be awarded based solely on price, and work completion anticipated by December 1, 2026.
    Region 01 Tree Planting Services
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for tree planting and associated services across Region One, which includes Montana and Northern Idaho. The procurement aims to secure high-quality tree planting, shrub/native planting, and related services to ensure maximum stock survival and prompt reforestation on lands affected by disturbances such as fire, insects, or harvesting. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will cover various national forests and the Bureau of Land Management's Missoula Office, divided into four distinct pods with specific requirements for planting and additional services. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) to support various land management activities across multiple National Forests in California. This BPA aims to facilitate hazardous fuels reduction, restoration work, and other stewardship activities, with a focus on improving forest health and ecosystem vitality while addressing local community needs. The BPA will remain open for proposals throughout its 10-year term, with the possibility of extension up to 20 years, and will allow for multiple awards based on technical and pricing evaluations. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals via email to the designated contacts, Matt Daigle and Mark Phillipp, with the solicitation remaining active until December 31, 2032.
    OR FLAP CRGNSA MULT(2) & WA FLAP CRGNSA MULT(2), CRGNSA Sign Inventory, Maintenance, and Replacement Project & CRGNSA Sign Project
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the OR FLAP CRGNSA MULT(2) and WA FLAP CRGNSA MULT(2) projects, which involve sign inventory, maintenance, and replacement within the Columbia River Gorge National Scenic Area in Oregon and Washington. The scope of work includes custom wood signing and guardrail installation across an 82-mile stretch, with key tasks such as construction survey, quality control, and traffic control measures. This project is crucial for enhancing roadway safety and compliance with federal standards in scenic regions, ensuring that motorists receive appropriate guidance. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further inquiries and are encouraged to monitor SAM.gov for solicitation updates expected in Winter 2025/2026.
    38--OR-WILLAMETTE VLY NWR-EXCAVATOR GRAPPLE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors to provide a 3X4 Hydraulic Dangle Head Rotating Grapple for installation on a Volvo EC140E Excavator at the William L. Finley National Wildlife Refuge in Corvallis, Oregon. The procurement is a total small business set-aside, requiring the grapple to meet specific salient characteristics, including hydraulic pressure, flow rate, and compatibility with a quick coupler, with delivery expected within 90 days of contract award. This equipment is crucial for forestry, logging, and land-clearing operations, supporting the refuge's environmental management efforts. Quotes are due by December 22, 2025, and interested parties must contact Marshall Richard via email at marshallrichard@fws.gov to ensure compliance with submission requirements and to confirm registration with SAM.gov.