Area 5 Ongrind Forest Inventory
ID: 12048924R0052Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICE-SPOC NWWashington, DC, 202500001, USA

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

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

    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for the Area 5 Ongrid Forest Inventory project, which involves locating and remeasuring forest inventory plots across various land ownerships in Oregon, including federal, state, and private lands. The primary objective is to ensure accurate data collection and compliance with established quality standards, as outlined in the solicitation and supporting documents. This project is crucial for effective forest management and environmental monitoring, reflecting the government's commitment to maintaining natural resources. Interested small businesses must submit their proposals by the deadline of September 12, 2024, and can direct inquiries to Kevin Flores at Kevin.Flores@usda.gov or Jason Tanamor at Jason.Tanamor@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation number 12048924R0052 outlines a Request for Proposal (RFP) focusing on Forest Inventory plot remeasurement located in specific areas of federal and state lands including the Umpqua and Willamette National Forests. This contract is exclusively set aside for small businesses under the NAICS code 541370, with a size standard of $19 million. The primary requirement involves locating and remeasuring designated forest inventory plots, providing data in compliance with established protocols. The contractor is responsible for ensuring access to these sites, adhering to strict quality standards reflected in the Inspection Quality Form, and managing communication with landowners for permissions. The contract includes detailed performance requirements, period of performance running until November 30, 2024, and specifies rework and inspection processes under quality assurance protocols. Specific provisions for certification of personnel, acceptable work standards, safety measures, and documentation requirements are highlighted as critical elements of compliance. The proposal must showcase a work schedule, pricing, quality control, and past performance, emphasizing the government’s focus on obtaining the most advantageous offer in a highly regulated procurement context.
    The document outlines the procedures and requirements for a federal request for proposals (RFP) concerning the annual inventory of forest plots in California, Oregon, and Washington. The main components include inspection quality forms, field instructions, and a nondisclosure agreement. Specific expectations are defined for contractors, including the provision of suitable hardware such as Personal Data Recorders (PDRs) and a personal computer with specified software. A comprehensive data processing procedure is detailed, outlining how to collect, edit, and submit plot data through the MIDAS website and BOX Drive. Each plot requires electronic plot folders (EPFs) to contain necessary files such as data printouts, images, and plot cards, which must adhere to strict naming conventions and storage protocols. Additionally, guidelines are provided for setting up and using Global Navigation Satellite System (GNSS) devices to ensure accurate GPS data collection for each plot. Overall, this document emphasizes the meticulous nature of data collection and submission, reinforcing the importance of compliance with established guidelines to maintain quality and integrity in federal forestry inventory assessments.
    The document outlines the inspection and acceptance criteria related to contractor performance for a federal project involving land plot analysis. It establishes compliance requirements, performance standards, and acceptable quality levels (AQL) for various tasks, including crew leader certification, landowner contact, data collection, digital data delivery, and the submission of plots. Key performance metrics are defined, where scores above 95% yield full payment and certification, while scores below 85% necessitate rework and reduced payment. Notably, the contractor needs to follow the Government Quality Assurance Plan for all submissions and ensure accurate data collection using the MIDAS software for electronic submissions. Moreover, the document mandates protocols for plot reinspection upon contractor request after initial dissatisfaction and outlines conditions for rework and subsequent reinspections. The core purpose is to ensure rigorous quality control and compliance in woodland inventory assessments, reflecting the federal government's commitment to accurate data collection in environmental monitoring. The structured approach promotes accountability, facilitating effective project management and cost efficiency.
    The USDA Forest Service's document outlines fire protection and suppression requirements relevant to operations within the Pacific Northwest Region, effective from April 1 to October 31. Contractors are mandated to prepare a fire plan in cooperation with the Forest Service, ensuring compliance with prevention and control measures. The document details various precautionary measures including restrictions on smoking and open fires, equipment requirements for power-driven devices, and the necessity for firefighting tools. It delineates four Industrial Fire Precaution Levels (IFPL) ranging from specific operational restrictions to a complete shutdown in high-risk scenarios. Contractors must maintain communication lines for immediate fire reporting and provide adequate firefighting resources including tank trucks and trained personnel during operations. The document underscores that adherence to state fire laws is essential. Overall, the guidelines aim to minimize fire risks and ensure swift response during fire emergencies, reflecting the Forest Service's commitment to safeguarding natural resources while facilitating authorized operations in forested areas.
    The document outlines a Nondisclosure Agreement (NDA) between the USDA Forest Service's Forest Inventory and Analysis (FIA) Program and an employee of a cooperating company. Its primary purpose is to establish conditions for sharing proprietary and confidential information, including sensitive data such as sample site locations and mill data. The NDA prohibits unauthorized access, copying, or dissemination of this information, restricting its use solely to statistical and research purposes that enhance the FIA Program. Key stipulations include maintaining data security through password protection, restrictions on information sharing with third parties, and a clear procedure for requesting access to this information. The agreement remains effective for one year, with confidentiality obligations extending five years post-expiration. Moreover, it emphasizes adherence to the U.S. Forest Service Code of Scientific Ethics and includes provisions for termination and modification by written consent. This NDA reinforces the importance of protecting sensitive governmental data while facilitating necessary collaborations in scientific research.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, specifically for contracts involving Forestry and Logging Services in Oregon. It outlines required minimum wage rates for various occupations, determined by Executive Orders 14026 and 13658, which mandate wage increases for covered workers. As of 2024, workers must earn at least $17.20 per hour (Executive Order 14026) or $12.90 per hour (Executive Order 13658), depending on the contract initiation and renewal dates. The document also details fringe benefits, including health and welfare payments, vacation time, paid holidays, and a uniform allowance for employees required to wear uniforms. Additionally, it outlines a conformance process for unlisted job classifications to ensure appropriate wage determinations and benefits. This regulation serves to ensure fair compensation and worker protections under federal contracts, emphasizing compliance with labor standards related to federal funding and support for state and local RFPs. Overall, the Wage Determination aims to maintain equitable wage practices in the federal contracting landscape, particularly concerning service workers in Oregon.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Timber Cruise - Wildcat DxP
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for timber cruising services at the Okanogan-Wenatchee National Forest, under the project titled "Timber Cruise - Wildcat DxP." The procurement aims to conduct a comprehensive timber cruise covering approximately 500 acres to assess tree species and gather data in accordance with USDA standards, with a focus on maintaining ecological balance and sustainable forestry practices. This opportunity is critical for effective forest management and resource stewardship, ensuring compliance with federal regulations and labor standards, including wage determinations that mandate a minimum wage of $17.20 per hour for workers involved in the project. Interested contractors must submit their proposals, including a technical and price proposal, by the specified deadlines, and can contact Darnell Williams at Darnell.Williams@usda.gov or 458-212-6091 for further information.
    Urban Forestry Instructor Services; Angell and Great Onyx Job Corps Center; Yachats, OR and Mammoth Cave, KY
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified small businesses to provide Urban Forestry Instructor Services at the Angell Job Corps Center in Yachats, OR, and the Great Onyx Job Corps Center in Mammoth Cave, KY. The objective of this procurement is to deliver vocational training in Urban Forestry to disadvantaged youth aged 16-24, incorporating both classroom education and hands-on work experience, while ensuring adherence to safety regulations and maintaining student accountability. This initiative is crucial for enhancing the employability and skills of young individuals in the natural resource industry, fostering a supportive learning environment. Interested parties must submit their capabilities statements and UEI or CAGE codes electronically to Contract Specialist Eric Asper at eric.asper@usda.gov by 5:00 PM EST on October 2, 2024, as this is a sources sought synopsis for preliminary market research purposes only.
    S201 - Janitorial Services Crescent Ranger District
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals for year-round janitorial services at the Crescent Ranger District Office in Crescent, Oregon. The contract encompasses approximately 13,425 square feet of office space, restrooms, and conference areas, with specific cleaning schedules required for winter and summer, as well as quarterly window cleanings. This procurement is crucial for maintaining a clean and functional environment in government facilities, reflecting the agency's commitment to operational efficiency and compliance with federal standards. Interested small businesses must submit their proposals, including technical and price quotes, to Contracting Officer Thomas Lucas by October 1, 2024, with a mandatory site visit scheduled for September 26, 2024.
    OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Umpqua ERFO Repairs 2022 project located in the Umpqua National Forest, Oregon. The project involves the repair of a 0.19-mile aggregate roadway, including ditch regrading, slope stabilization, and the construction of a mechanically stabilized earth wall, with a focus on environmental compliance and infrastructure integrity. This initiative is part of federal efforts to maintain and improve infrastructure in natural areas, ensuring safety and environmental protection while promoting public access. The contract is a total small business set-aside, with an estimated price range between $700,000 and $2,000,000, and is anticipated to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details.
    GMUG NF Mechanical Site Prep
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the "GMUG NF Mechanical Site Prep" project, which involves site preparation and rehabilitation across the Grand Mesa, Uncompahgre, and Gunnison National Forests in Colorado. The project encompasses the rehabilitation of 109 sites across three timber sales, focusing on ecological restoration through activities such as soil ripping and debris management, with a total performance period of 21 days. This initiative is part of broader federal efforts to manage and restore public lands sustainably, emphasizing the importance of small business participation in federal contracting. Interested contractors must submit their proposals by September 23, 2024, and can direct inquiries to Rebecca Schowalter at rebecca.l.schowalter@usda.gov.
    Klamath River Basin WCS, Rx Fire Engines
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the provision of water handling equipment, specifically Type 3 and Type 6 engines and tactical water tenders, to support prescribed fire management in the Klamath River Basin. The procurement aims to enhance wildfire risk reduction efforts in areas identified as high-risk for wildfires, necessitating the provision of qualified personnel, equipment, and materials to meet contract specifications. This initiative is crucial for implementing large-scale prescribed fire projects, which are essential for forest health and resilience in the region. Interested contractors must submit their proposals by August 16, 2024, and can direct inquiries to Jacob Pipkin at jacob.pipkin@usda.gov. The contract is set aside for small businesses, with a performance period extending until September 16, 2026.
    USDA FS - Ottawa NF - Big Iron Botany Survey
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals for the Big Iron Botany Survey within the Ottawa National Forest in Michigan. The primary objective of this contract is to conduct comprehensive botanical surveys across 465 designated stands, covering a total of 21,048 acres, to identify Regional Forester’s Sensitive plants, State of Michigan listed plants, invasive species, and culturally significant plants. This initiative is crucial for ecological assessment and conservation efforts, reflecting the government's commitment to effective forest management and biodiversity preservation. Proposals are due by September 23, 2024, and interested contractors should contact Fay Chiappone at fay.chiappone@usda.gov for further details.
    R5 Landscape Renewal Project
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service's Pacific Southwest Region 5, is seeking qualified small businesses to undertake the R5 Landscape Renewal Project in Vallejo, California. The project involves extensive landscaping tasks, including the removal of trees and shrubs, planting of native and drought-resistant vegetation, and the repair and replacement of irrigation systems, with a focus on enhancing ecological integrity and sustainability. This initiative is crucial for improving public green spaces and aligns with federal standards for environmental stewardship. Interested contractors must attend a mandatory site visit on September 18, 2024, and submit their proposals by September 23, 2024, with the contract period running from October 14, 2024, to December 9, 2024. For further inquiries, contact Daniel Lara at daniel.lara@usda.gov or call 707-562-9165.
    Soil Climate Analysis Network (SCAN) Site Maintenance - USDA - NRCS NWCC
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Natural Resources Conservation Service (NRCS), is seeking qualified contractors to provide maintenance services for the Soil Climate Analysis Network (SCAN) stations across the United States. The procurement aims to establish a Firm Fixed-Price contract for Field Technicians responsible for maintaining over 210 SCAN stations, which monitor critical soil and climate data essential for agricultural practices and climate assessments. This initiative underscores the importance of accurate environmental monitoring, as the SCAN program has been operational since 1991, providing real-time data on various climatic factors. Interested parties must submit their quotes by September 19, 2024, with the contract performance period running from October 1, 2024, through January 31, 2026. For further inquiries, potential bidders can contact Mark Domingo at mark.domingo@usda.gov.
    Purchase and Delivery of Terrestrial Laser Scanners and accessories updated
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the purchase and delivery of two Leica BLK360 Generation 2 Terrestrial Laser Scanners, along with necessary accessories and software licenses. This procurement aims to enhance the agency's capabilities in collecting field data related to burn severity and forest changes, which is crucial for restoration and carbon loss quantification efforts following wildfires. The initiative is part of the High-resolution Remote Sensing and UAS Program, emphasizing the importance of advanced technologies in effective land management and environmental stewardship. Interested vendors must submit their proposals, including technical capabilities and pricing, by September 24, 2024, and can direct inquiries to Tina Frankenbery at tina.frankenbery@usda.gov.