2025 PNW Field Inventory Analysis (FIA) Ongrid Areas 4 & 6
ID: 1240BG25Q0016Type: 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 a Field Inventory Analysis (FIA) project in designated Ongrid Areas 4 and 6 across Oregon and Washington. The procurement involves establishing and remeasuring Forest Inventory plots on various land ownerships, with a focus on ensuring high-quality data collection and compliance with federal standards. This initiative is crucial for sustainable forest management practices and supports small businesses through a Total Small Business Set-Aside contract, with a maximum size standard of $11.5 million. Quotes are due by May 2, 2025, at 3:00 PM Pacific Time, and interested parties should direct inquiries to Ricky McLellan at ricky.mclellan@usda.gov or call 971-337-6197.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation numbered 1240BG25Q0016 is issued by the federal government as a Request for Quotation (RFQ) for a Firm-Fixed-Price contract focusing on the 2025 Pacific Northwest Forest Inventory Analysis (PNW FIA) Plots in Ongrid Areas 4 and 6. This procurement is exclusively open to small businesses under the North American Industry Classification System (NAICS) code 115310, covering forestry support activities. The selected contractor will be responsible for all necessary labor, materials, and services to measure and install forest inventory plots across various land ownerships in California, Oregon, Washington, and Idaho. The contract will take place from May to October 2025 and includes requirements for detailed proposals outlining technical capabilities, key personnel qualifications, and pricing. The government will evaluate submissions based on technical proficiency, crew expertise, and cost-effectiveness, with a significant emphasis on competition. Proposals must comply with various federal regulations, including those governing small business participation and labor standards. Additionally, interested parties are encouraged to seek understanding of the solicitation's nuances by reaching out with questions before the submission deadline, ensuring a comprehensive approach to fulfilling the project's objectives.
    The document outlines the Request for Quotation (RFQ) for a Firm-Fixed-Price contract concerning the establishment of Forest Inventory plots in specified areas of the Pacific Northwest, targeting small businesses. The contractor's responsibilities include providing necessary resources for locating, installing, and remeasuring these plots across various ownerships within California, Oregon, Washington, and Idaho. The solicitation includes a schedule of items for the plot remeasurement and specifies the procurement as a Total Small Business Set-Aside, with a maximum size standard of $11.5 million. Offerors must demonstrate technical capability, provide key personnel qualifications, and submit detailed pricing. The evaluation criteria prioritize technical competence, qualifications of the personnel, and price, with an emphasis on offering competitive rates. The contract aims to ensure thorough oversight and adherence to federal regulations, reflecting the government's commitment to sustainable forest management practices while providing opportunities for small businesses in the sector.
    The USDA's Pacific Northwest Research Station is seeking contractors for a project focused on locating and remeasuring Forest Inventory plots across various land ownerships in Oregon, Washington, and California. The contractor is responsible for data delivery, equipment, labor, and complying with established field instructions for accurate inventory measurement. Access to plots may vary, with responsibility on the contractor to secure permission from landowners. The project's quality measures include strict inspection standards, with payment correlated to performance levels: above 95% quality yields full payment, while lower scores result in proportional pay or rework requirements. The contractor must also coordinate potential access restrictions due to environmental factors or landowner regulations. A significant emphasis is placed on maintaining landowner relationships, documenting communications, and complying with confidentiality agreements. To ensure quality and efficiency, contractor crews must undergo a certification process before commencement, with oversight from government representatives throughout the duration of the project. This solicitation illustrates the government's commitment to forest management and ecological inventory accuracy while ensuring compliance with federal and local guidelines.
    The government file outlines the specifications and procedures for conducting an annual inventory and special study in California, Oregon, and Washington as part of the forestry monitoring program. It includes various exhibits detailing inspection quality forms, field instructions, nondisclosure agreements, plot lists, and data processing requirements. Specifically, contractors need to utilize designated technology, such as the Juniper Systems Allegro 2 and Trimble Ranger 7 data recorders, and the Javad Triumph-2 GNSS for accurate data collection. Electronic Plot Folders (EPFs) are critical for data submission and retrieval, where detailed file organization is required for each plot. The document emphasizes strict adherence to software installations, data editing protocols, and submission procedures to ensure compliance with government standards. Additionally, a safety plan is required from contractors, reinforcing the emphasis on operational safety. This document serves as a comprehensive guide for contractors involved in federal and state data collection activities in forestry, demonstrating the government's commitment to systematic and accurate environmental monitoring.
    The document outlines the procedural and technical requirements for contractors engaged in forest monitoring and inventory activities across California, Oregon, and Washington for a government project. It includes various exhibits detailing inspection quality forms, field instructions, and a nondisclosure agreement. Key highlights involve the provision for necessary equipment such as Personal Data Recorders and survey-grade GNSS units, alongside specified hardware and software requirements. Contractors are instructed to follow strict data processing protocols for plot data collection and submission, utilizing government-provided systems for accuracy and quality assurance. The rigorous documentation process is supported by an Electronic Plot Folder system that outlines how collected data should be organized and submitted. Additionally, safety plans must be submitted by contractors, emphasizing adherence to safety standards during field operations. This comprehensive guidance ensures that contractors meet expectations for environmental monitoring and data integrity essential for federal compliance and project success in natural resource assessments.
    The document outlines the inspection and acceptance requirements for a government contract related to field data collection conducted by a Contractor. Key tasks include ensuring Crew Leader certification, landowner contact, data collection, digital data delivery, and submission of plots according to specified quality standards. The Contractor must adhere to the Government Quality Assurance Plan, with plots inspected for compliance with established criteria. Payment levels are contingent upon performance, with full payment for scores above 95%, partial for 85-94.99%, and rework required for under 85%. The procedure specifies that all data must be collected using Government-approved tools and procedures, with the potential for re-inspection and reworking of plots if initial inspections are unsatisfactory. Overall, the document serves to ensure the high quality and accuracy of field data collected in compliance with government standards, an essential component of federal, state, and local RFPs and grants.
    The USDA Forest Service's directive for the Pacific Northwest Region outlines fire protection and suppression protocols valid from April 1 to October 31 annually. It mandates that contractors prepare a fire plan in coordination with the Forest Service, certify compliance before project operations, and adhere to state fire laws. The Forest Service may implement emergency measures and authorize substitute measures during low fire danger periods. Firefighting equipment, tools, and staff must be readily available, and contractors are responsible for initial fire suppression efforts. Specific fire precautions include restrictions on smoking and open fires, equipment requirements, and the operation of power saws. The Industrial Fire Precaution Level system, which indicates fire risk and operational limitations, is detailed, along with definitions of key terms. Contractors are required to provide additional fire prevention tools, tank trucks with water supplies during certain operations, and effective communication systems for reporting fires. This guidance underscores the importance of comprehensive fire prevention strategies in environmental project management and compliance with federal and state regulations.
    The document is a Nondisclosure Agreement between the USDA Forest Service's Forest Inventory and Analysis (FIA) Program and an employee from a specified company. Its primary purpose is to outline the conditions for sharing proprietary and confidential information, particularly regarding sensitive data like forest plot locations and mill data. Key points include restrictions on the dissemination of this information, the secure storage and handling of data, and clear guidelines for authorized access and usage solely for research and statistical purposes. The agreement emphasizes the confidentiality of the information and stipulates that it cannot be disclosed to any unauthorized third parties. Furthermore, it asserts that any request for location-specific information from landowners must go through the FIA Program Manager. The agreement has a term of one year with confidentiality obligations extending five years past its expiration and is governed by U.S. law. This framework aligns with federal requirements regarding the protection of sensitive data primarily in the context of government research and collaboration efforts.
    The provided government file appears to be heavily corrupted and unreadable, making it impossible to extract content effectively. It's essential for RFPs, federal grants, and state/local solicitations to outline opportunities for organizations to propose their services or solutions for government needs. Generally, these documents present requirements, expectations, submission guidelines, evaluation criteria, and deadlines for potential bidders. The intended purpose is to promote transparency, competition, and compliance with legal and procedural standards within government contracting. In typical cases, the main topics might cover specific projects or funding allocations with supporting details that detail scope, objectives, and eligibility criteria for applicants. However, due to the unreadability of this file, no specific content can be summarized.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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).
    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.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking bids for the "Bighorn National Forest - GAOA Roadside Tree Clearing/Grubbing" project, which involves clearing, grubbing, tree removal, stump removal, and material disposal along designated forest service roads in Wyoming. The contract aims to enhance forest management and safety by removing roadside trees and debris, ensuring compliance with environmental regulations and public safety standards. This Total Small Business Set-Aside opportunity has a performance period from June 1, 2026, to October 31, 2027, with proposals due by January 6, 2026, at 12:00 PM Mountain Time. Interested contractors can contact Curtis Landreth at curtis.r.landreth@usda.gov or 308-251-6801 for further details.