USDA-NRCS-California National Resources Inventory (NRI) Data Collection
ID: 12FPC325Q0030Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFARM PRODUCTION AND CONSERVATION BUSINESS CENTERFPAC BUS CNTR-ACQ DIVWASHINGTON, DC, 20250, USA

NAICS

Environmental Consulting Services (541620)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

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

    The Department of Agriculture, specifically the Farm Production and Conservation Business Center, is seeking quotations for the National Resources Inventory (NRI) Data Collection services in Northern California. The contract, designated as a Firm-Fixed Price agreement, will cover a base period from August 1, 2025, to January 31, 2026, with the potential for four additional option years extending through January 31, 2030. This initiative is crucial for gathering essential data on soil, water, and related resources, aligning with federal mandates for environmental assessment and management. Interested small businesses must submit their quotes electronically by July 23, 2025, and ensure active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential contractors can contact Blake Boyer at blake.boyer@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Natural Resources Conservation Service (NRCS) is seeking a contractor for the National Resources Inventory (NRI) Grazing Land On-Site Data Collection in Northern California, particularly on Bureau of Land Management (BLM) lands. This initiative aims to gather crucial data about soil, water, and related resources as mandated by various federal acts. The contract will involve collecting data from approximately 19 sample segments, requiring rigorous adherence to standards outlined in the 2025 NRI Handbook. Key responsibilities include securing access permissions for data collection points, using approved software for data entry, and submitting progress reports every 30 days. The contractor must ensure compliance with quality assurance standards by attending NRCS training and calibrations. Physical access to remote sites may require specialized skills and transportation, with provisions for collecting data on various ecological and soil parameters. Confidentiality regarding data site locations is paramount, and proper documentation is essential for both successful data collection and compensation. Overall, this project emphasizes the NRCS's commitment to assessing and maintaining natural resources efficiently and effectively within the framework of federal guidelines.
    The document outlines the pricing schedule for a federal contract related to Northern California's Natural Resource Inventory (NRI) program, detailing the cost evaluation process for various periods of performance. The base year is set from August 1, 2025, to January 31, 2026, with specific federal points allocated for 2025 through 2029. Training and calibration services are also included for each option year. Notably, a portion of federal points may be deemed inaccessible, with restrictions on pricing not exceeding 50% of the federal points price. The document emphasizes that quantities for future years are estimates based on historical data from 2022-2024 and may be adjusted as necessary when contracts are executed. It stresses that the government will only compensate for delivered quantities meeting contract terms. Additionally, it highlights the importance of data collection, noting a distinction between eligible and inaccessible data points. Overall, the proposal structure is designed to guide potential contractors in preparing their bids while ensuring compliance with government standards and objectives related to environmental data collection and management.
    The document outlines the pricing schedule for a federal contract related to Northern California's Natural Resource Inventory (NRI) program, detailing the cost evaluation process for various periods of performance. The base year is set from August 1, 2025, to January 31, 2026, with specific federal points allocated for 2025 through 2029. Training and calibration services are also included for each option year. Notably, a portion of federal points may be deemed inaccessible, with restrictions on pricing not exceeding 50% of the federal points price. The document emphasizes that quantities for future years are estimates based on historical data from 2022-2024 and may be adjusted as necessary when contracts are executed. It stresses that the government will only compensate for delivered quantities meeting contract terms. Additionally, it highlights the importance of data collection, noting a distinction between eligible and inaccessible data points. Overall, the proposal structure is designed to guide potential contractors in preparing their bids while ensuring compliance with government standards and objectives related to environmental data collection and management.
    This document is the Vendor Information Sheet related to Solicitation #12FPC325Q0027, primarily utilized for federal Requests for Proposals (RFPs) and grants. It serves to collect essential details from potential offerors, including the name of the offeror, business name and address, contact information, and Unique Entity Identifier (UEI). The form also indicates whether the business is registered in the System for Award Management (SAM), crucial for government contracting. Additionally, it requires confirmation of SAM registration and allows for the inclusion of a SAM record as part of the submission. The document is designed to facilitate the evaluation of vendor eligibility and compliance within the federal procurement process. It emphasizes the importance of accurate and timely information to streamline the solicitation and awarding process in government contracting.
    The solicitation numbered 12FPC325Q0030 seeks quotations for Data Collection Services under the National Resources Inventory (NRI) for the USDA in Southern California. It is established as a combined synopsis/solicitation under FAR guidelines, specifically set aside for small businesses. The contract will be a Firm-Fixed Price agreement with a base year from August 1, 2025, to March 31, 2026, and four optional extension periods up to five years total. The NAICS code for this acquisition is 541620, focusing on Environmental Consulting Services. Interested contractors must demonstrate technical capability, including personnel qualifications in Range Management, experience with rangeland assessment, and familiarity with California’s ecological sites. Prices will be evaluated on a Lowest Price Technically Acceptable basis, assessing past performance and technical criteria as detailed in the work statement. Proposals must be submitted electronically, with specific details required in the quotes, including company information, past performance references, and pricing. The solicitation emphasizes compliance with various federal procurement regulations and inclusion of key FAR clauses. Contractors must be registered in the System for Award Management (SAM) and follow strict guidelines regarding contract management and government property. This document aims to ensure quality data collection for environmental assessment, aligning with federal guidelines for small business participation in government contracts.
    The document concerns Solicitation #12FPC325Q0030, specifically addressing a query regarding the timeline for Field Data Collection detailed in Attachment 1 - FY2025 CA NRI SOW_NorCal. A respondent raised a concern that the deadline for data collection on August 15, 2025, falls shortly after the offer due date of July 23, which may impede data collection if contracts are awarded after that date. The response clarifies that the completion date for data collection can be negotiated once the contract is finalized, indicating flexibility in the timeline due to the uncertainty around the award process. This highlights important aspects of contract management within federal grants, illustrating the need for adaptability in project deadlines stemming from bureaucratic processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Preventative Maintenance For Two FOSS NIRS DS2500 and One FOSS Infratec NOVA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for preventative maintenance services for two FOSS NIRS DS2500 instruments and one FOSS Infratec NOVA instrument over a 12-month period. The objective is to ensure the proper functioning and accuracy of these critical analytical tools, which are essential for monitoring and validating Near Infrared Reflectance (NIR) calibrations. The contract will be awarded based on the lowest price technically acceptable offer, with all responsible sources encouraged to submit their quotations by the deadline of December 12, 2025, at 5:00 PM Mountain Time. Interested parties can direct inquiries to Amber Sampson at amber.sampson@usda.gov or by phone at 970-851-3730.
    Forest Inventory and Analysis BPA Suite
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Forest Inventory and Analysis (FIA) Blanket Purchase Agreement (BPA) Suite. This initiative aims to enhance scientific and technical knowledge related to the inventory and analysis of the Nation's forests, focusing on collecting and reporting data about forest extent, content, and condition across 24 states. The FIA program is crucial for providing timely and credible information to various stakeholders, including policymakers and natural resource agencies, and requires contractors to demonstrate technical qualifications through past performance and capability assessments. Interested contractors must respond to the Sources Sought Notice to be considered for the BPA, with contact inquiries directed to Gayle Geiger at gayle.geiger@usda.gov or by phone at 470-705-0968.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    Rotary Screw Trap
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    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.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    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.
    LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Land Management Integrated Resources (LMIR) National Blanket Purchase Agreement (BPA). This BPA encompasses a wide range of services including professional services, natural resources restoration, engineering, project management, and compliance with environmental regulations, with a performance period extending from early spring 2023 through early spring 2033. The LMIR BPA is crucial for supporting various federal agencies in managing and restoring forest and grassland ecosystems across the United States, ensuring adherence to sustainability practices and environmental stewardship. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact the LMIR BPA Team at SM.FS.lmirbpa@usda.gov or call 986-217-1467 for further details.
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking a contractor to operate the GA99 site as part of the National Trends Network, focusing on the collection of water quality samples in Tift County, Georgia. The contractor will be responsible for collecting weekly precipitation samples, performing laboratory measurements, and shipping samples to the Wisconsin State Laboratory of Hygiene, adhering to specific protocols outlined in the NTN Site Operations Manual. This procurement is critical for monitoring environmental trends and ensuring data integrity, with a contract period of one year plus four option years, and a total small business set-aside under NAICS code 541990. Interested vendors must submit their quotes by December 16, 2025, and can contact Susan Ruggles at sruggles@usgs.gov for further information.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.