2025 PNW Field Inventory Analysis Ongrid Areas 1 & 8
ID: 1240BG25Q0015Type: 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) contract focused on specific plots located in various national forests across Oregon and Washington. The procurement aims to establish a Firm-Fixed-Price contract for the remeasurement of forest inventory plots, requiring contractors to provide all necessary labor, management, tools, and transportation while adhering to strict quality and safety standards. This initiative is crucial for enhancing forest management and resource analysis, supporting the USDA's commitment to ecological stewardship. Quotes are due by May 2, 2025, at 3:00 PM Pacific Time, and all inquiries must be submitted in writing by April 25, 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 is a combined synopsis and solicitation (RFP) for the procurement of commercial products and services related to the remeasurement of Forest Inventory plots in the Pacific Northwest. It seeks quotes under solicitation number 1240BG25Q0015, aiming to establish a Firm-Fixed-Price contract. The proposal is classified as a Total Small Business Set-Aside, with eligibility limited to small business concerns, corresponding to NAICS code 115310 (Support Activities for Forestry). The contractor's responsibilities include providing all necessary labor, management, tools, and transportation for plot locations spread across multiple national forests in California, Oregon, Washington, and Idaho between May 1, 2025, and October 31, 2025. Offerors must demonstrate technical capabilities, list key personnel with relevant qualifications, and provide pricing information. The selection will be based on technical capability, key personnel qualifications, and price competitiveness. The document outlines submission guidelines, evaluation criteria, and compliance with federal regulations, emphasizing the government's commitment to fair and realistic pricing while ensuring quality service delivery. This solicitation underscores the importance of preserving forest resources through comprehensive inventory management capacities provided by small businesses within the forestry support sector.
    The USDA is soliciting bids for a contract focused on the Forest Inventory and Analysis in specified Washington areas. The contract entails locating and measuring forest inventory plots across various land ownerships, including federal, state, and private lands. The contractor must provide all necessary labor, equipment, and digital data compliance per established guidelines. Key obligations include obtaining landowner permissions for plot access, managing their crews effectively, and adhering to quality standards for data collection with rigorous inspection and quality assurance measures. Contractors are required to have certified crew leaders and must follow specific procedures for landowner contact, including documentation of attempts. The contract emphasizes a strong focus on compliance, quality assessment, and safety. Payment structures are in place based on inspection performance, and provisions for addressing non-compliance and quality issues have been outlined. The project is intended to enhance federal efforts in forest management and resource analysis, reflecting the USDA's commitment to ecological stewardship through scientific assessment and data collection methodologies.
    The document outlines the procedural and technical requirements for contractors involved in the annual inventory of specific forests in California, Oregon, and Washington, as part of a federal government solicitation. Key components include detailed field instructions (Exhibit B), non-disclosure agreements (Exhibit C), and specifications for data collection and processing tools (Exhibit F). Contractors are mandated to utilize specific hardware such as Juniper Systems Allegro 2 or Trimble Ranger 7 data recorders and Javad Triumph-2 GNSS units for accurate data collection. There are strict data processing procedures, emphasizing the use of MIDAS software for data entry, editing, and submission, with electronic plot folders detailed for organization and submission of plot data (Exhibit J). The document also highlights safety plans and requirements for contractor compliance through the provision of safety documentation (Exhibit M). Overall, this solicitation emphasizes adhering to government standards in forest monitoring while ensuring data accuracy and contractor accountability.
    This document outlines the Contractor's Inspection and Acceptance procedures related to federal contracts for field data collection and management as specified under various quality performance standards. It includes the tasks expected from the Contractor, acceptable quality levels, and the necessary means of measurement, with penalties tied to performance outcomes. Key areas of focus include crew leader certification, landowner contact protocols, and data collection standards, with a mandatory requirement for compliance with established quality assurance plans. Contractors are expected to undergo an initial certification plot inspection, after which any subsequent work must adhere to the same rigorous standards, including timely submission of plots and electronic data for review. In instances of non-compliance, rework may be necessary, and plots returned to the Contractor will be subject to re-inspection. The Government retains the discretion to evaluate submissions and may adjust payments based on the quality of the completed work. Overall, the document emphasizes strict adherence to inspection and data handling guidelines to ensure high-quality outputs from contractors and outlines the consequences for non-compliance, thereby maintaining a standard of excellence in federal project implementations.
    The document outlines fire protection and suppression measures implemented by the USDA Forest Service for projects within the Pacific Northwest Region from April 1 to October 31. It mandates contractors to develop a fire plan, certify compliance with fire safety requirements, and collaborate with the Forest Service to ensure prevention and control of fires. Key precautions include proper equipment maintenance, restrictions on smoking and open fires, and specific tools required on machinery. The document introduces the Industrial Fire Precaution Levels (IFPL), detailing operational restrictions based on fire risk, ranging from closed seasons to general shutdowns. Furthermore, contractors must provide firefighting tools and ensure communication systems are in place for timely fire reporting. These regulations are essential for maintaining safety during forestry operations, demonstrating a commitment to fire risk management in line with state laws and environmental standards. Compliance with these procedures is critical for operational continuity and minimizing the threat of wildfires.
    The USDA Forest Service has established a Nondisclosure Agreement (NDA) to protect the Proprietary Information of its Forest Inventory and Analysis (FIA) Program. This agreement involves collaboration between an employee of a specified company and the Forest Service, ensuring confidentiality regarding sample site data, plot ownership details, and sensitive information shared by other government agencies. Key provisions include prohibiting the dissemination of specific data, restrictions on identifying sample site locations, and using the information solely for statistical and research purposes related to the FIA Program. The NDA also mandates security measures for data storage and handling, delineates responsibilities of both parties, and clarifies that any breach of confidentiality disallows third-party disclosure without consent. The agreement emphasizes that all collected information will respect the Freedom of Information Act, specifically excluding certain proprietary data from public release. The NDA remains in effect for one year, with confidentiality obligations extending for an additional five years post-expiration. Overall, this NDA serves to safeguard sensitive data critical to the USDA Forest Service's operational integrity, aligning with federal regulations and promoting responsible data management in forest research.
    The document appears to be a corrupted file with unreadable characters, rendering it nearly impossible to extract meaningful content or context. Consequently, there are no discernible topics, key ideas, or supporting details to summarize. Typically, government RFPs, federal grants, and state/local RFPs involve funding opportunities or requests for proposals aimed at soliciting bids or applications for various projects or services. Such documents usually outline objectives, eligibility criteria, funding amounts, application procedures, and evaluation methods. In the absence of substantive content from the provided file, no coherent summary can be crafted that captures the essence of the expected materials or their intended purpose.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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).
    Viavi CX300 Service Monitors
    Agriculture, Department Of
    The USDA Forest Service is seeking quotes for the procurement of Viavi CX300 Service Monitors, or equivalent, under a firm-fixed-price, small business set-aside contract. The solicitation outlines specific requirements, including a broad frequency range of 100 kHz to 3 GHz, high accuracy, and various spectral purity specifications, ensuring the monitors meet rigorous government standards for communication equipment. These service monitors are critical for effective communication and operational efficiency within the Forest Service, particularly for fire management and other field operations. Quotes are due by December 15, 2025, at 5:00 PM ET, and interested vendors must submit questions by December 12, 2025, to the primary contact, Cori Gonzales, at corrine.gonzales@usda.gov.
    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.