FY25 PNW FIA Southeast Alaska On Grid Plots
ID: 1240BG25Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEROCKY MTN RESEARCH STATIONFORT COLLINS, CO, 80526, 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
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 5:00 PM UTC
Description

The U.S. Department of Agriculture, specifically the Forest Service, is seeking contractors for the "FY25 PNW FIA Southeast Alaska On Grid Plots" project, which involves locating, remeasuring, and installing Forest Inventory and Analysis (FIA) sample plots in Southeast Alaska. The project aims to enhance ecological assessments by providing accurate data on forest conditions, which is crucial for effective environmental monitoring and management in the region. Contractors will be responsible for all labor, equipment, and transportation, with some government-provided tools, and must adhere to strict quality assurance protocols outlined in the associated documents. Proposals are due by April 25, 2025, and inquiries can be directed to Anthony O Salas at anthony.salas@usda.gov.

Point(s) of Contact
Anthony O Salas
anthony.salas@usda.gov
Files
Title
Posted
Apr 4, 2025, 7:08 PM UTC
The U.S. Department of Agriculture (USDA) seeks contractors for the Alaska Forest Inventory and Analysis (FIA) initiative, which involves data collection on forest conditions across Alaska. The project requires locating, measuring, and maintaining FIA sample plots, with contractors responsible for labor, equipment, and transportation, with some government-provided tools. The work spans from April 1 to September 1, with key dates for crew certification and plot submissions outlined. Safety is paramount due to challenging remote environments, and contractors must undergo mandatory orientation and crew certification. Deliverables include timely submission of field data for government inspection, with payment contingent on meeting quality standards. Additionally, government oversight includes stringent inspection processes and adherence to data confidentiality agreements. The project underscores the USDA's commitment to systematic forest monitoring while ensuring compliance with safety and environmental protocols.
Apr 4, 2025, 7:08 PM UTC
The document is a Non-Disclosure Agreement (NDA) between the USDA Forest Service's Forest Inventory and Analysis (FIA) Program and an unnamed recipient organization or individual. Its primary purpose is to establish protocols for protecting proprietary information shared during the collaboration. Key elements of the agreement include strict confidentiality regarding sample site locations, limitations on data dissemination, security protocols for data storage, and conditions under which the confidential data can be utilized—primarily for research to enhance the FIA program. The NDA outlines the obligations of both parties, noting that proprietary information must be marked appropriately, and any unauthorized attempts to disclose information are prohibited. The document emphasizes that the Forest Service retains rights related to information requests and can terminate the agreement with a 30-day notice. Furthermore, the agreement is subject to federal laws and specific exemptions under FOIA concerning confidentiality. Ultimately, this NDA protects sensitive data related to the FIA program while allowing necessary collaboration under secure conditions, demonstrating the USDA’s commitment to confidentiality and responsible data management within federal and research frameworks.
Apr 4, 2025, 7:08 PM UTC
The document contains a detailed inventory of public plots during various years, primarily focusing on forest condition assessments across multiple locations. It includes data such as county codes, plot numbers, year of investigation, coordinates, tree counts, previous condition assessments, access notes, and forest types. Each entry outlines the geographic location and attributes of forest plots, with emphasis on prior conditions, and access for potential studies or interventions. The information is categorized based on years (2022-2024) and delineated by access methods (heliport or skiff) and environmental conditions (e.g., potential snow, hiking difficulties). Access notes provide crucial insights into the feasibility of revisiting these plots for further analysis or conservation efforts, highlighting logistical considerations relevant for state and federal grant assessments. This data serves as an important resource for ecological studies and grants aimed at forest conservation and management, underpinning that precise geographical and ecological documentation is vital for future environmental initiatives and funding applications.
The document outlines the Coastal Alaska Forest Inventory & Analysis scheduled for the 2025 field season, specifically detailing several sets of southeast contract plots. It emphasizes that the provided plot locations are approximate and not for navigational use, featuring independent sources such as Esri, TomTom, and various governmental environmental agencies. The document includes visual representations or maps, indicating the geographical distribution of the plots across Alaska's coastal region, which are numbered for public identification. The shared contact for further inquiries is Dan Irvine from the USDA. The fundamental purpose of this document is to facilitate data collection and analysis of forest resources in coastal Alaska, encouraging collaboration with federal and state entities and supporting sustainable forest management practices. Key components include the location details of specified plots, the collaborative effort with multiple agencies, and the provision of contact information for stakeholders seeking more information.
This document outlines the hardware, software, and data processing requirements for contractors involved in a government data collection contract. The government will provide up to five Trimble Ranger 7 Personal Data Recorders (PDRs) and JAVAD TRIUMPH-2 submeter GNSS units, which are critical for accurate data collection. Contractors must ensure their devices meet specific technical criteria and use government-provided software for data entry and editing. All necessary updates and software support will be available through the MIDAS website. Procedures for data processing include downloading historical data, resolving any warnings before uploading plots, and packaging files for submission. The document emphasizes the importance of adhering to these specifications for successful contract fulfillment. Overall, it serves to guide contractors in meeting the government’s requirements for reliable data collection and processing within the prescribed framework.
Apr 4, 2025, 7:08 PM UTC
The Coastal Alaska Inventory document serves as a guideline for field crews conducting ecological assessments. It outlines the process for completing a Plot Card, including the details to include such as crew identification, travel times, condition sketches, and the correct documentation of plot data. Quality assurance checks must ensure that plots are free of errors, with clear explanations for any discrepancies noted. The manual details how to assess tree data, condition classes, boundary mapping, and vegetation data while emphasizing the importance of accurate record-keeping and climate considerations. Specific instructions for unique scenarios, such as monitoring site trees and documenting unlisted species, are also included. The overarching purpose is to standardize data collection and enhance the accuracy of ecological assessments, crucial for federal and state environmental monitoring efforts. This ensures comprehensive and transparent inventory methods that align with regulatory requirements and aid in managing Alaska's coastal resources effectively.
The Coastal Alaska Inventory document outlines a comprehensive inspection protocol for forested plots, focusing on quality assurance (QA) for data accuracy and completeness. It includes a structured checklist for evaluating key elements such as plot data consistency, GPS coordination collection, and ownership record verification within the MIDAS framework. Specific attention is given to tree data, including damage assessments and mortality records, as well as the necessary documentation for various conditions affecting forest health. The document emphasizes the importance of coherent notes that clarify any discrepancies or changes in forest type, stand age, and boundary data compared to previous inventories. The QA process ensures that all data relating to vegetation, site trees, and forest conditions are thoroughly reviewed and understood by the field crew to maintain accuracy in the Federal and state forestry management efforts. Ensuring clarity and correctness in these inspections supports the broader objectives of sustainable forest management and environmental stewardship in coastal Alaska, aligning with regulatory frameworks relevant to RFPs and grants.
Apr 4, 2025, 7:08 PM UTC
The document outlines a scoring framework for evaluating various attributes related to ecological assessments, likely as part of a federal or state grant or RFP process. It assigns specific weight percentages to different categories, emphasizing "Tree & Snag Attributes" and "Condition Class" as the two most significant areas, each accounting for 20% of the total score. Other categories include "Subplot Attributes," "Downed Woody Materials," and "Vegetation Profile," which collectively address ecological health and composition. Each evaluation criterion is designed to quantify specific environmental features, which are critical for decision-making in conservation and land management projects. The structured scoring system aims to standardize assessments, ensuring consistency and transparency in evaluating ecosystems across various applications. This document thus serves as a guideline for ecological evaluation, potentially influencing funding decisions and project implementations in preserving natural resources and habitats.
Apr 4, 2025, 7:08 PM UTC
The document contains the Wage Determination No. 2015-5685 issued by the U.S. Department of Labor under the Service Contract Act (SCA). It establishes minimum wage rates and fringe benefits for various occupations in specific areas of Alaska, applicable to contracts entered into or renewed on or after January 30, 2022. Two executive orders set differing minimum wage thresholds: Executive Order 14026 mandates a minimum wage of $17.75 per hour, while Executive Order 13658 applies a lower threshold of $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022. The document lists various occupational classifications, each accompanied by corresponding wage rates and notes on applicable fringe benefits. Key sections address requirements for contractors, including paid sick leave provisions under Executive Order 13706, vacation, holiday pay, and guidelines for uniform allowances. Compliance guidelines are also provided for additional classifications or wage rates not explicitly listed. Overall, this wage determination aims to enhance worker protections and ensure fair compensation for federal contract workers, reinforcing the government's focus on labor standards and contractor responsibilities.
Apr 4, 2025, 7:08 PM UTC
The document is a Request for Proposal (RFP) from the USDA Forest Service, focusing on a project titled “PNW Southeast Alaska On Grid Plots.” The procurement is set aside for small business, specifically targeting those classified under NAICS code 115310, with a small business size standard of $11.5 million. The contractor is responsible for locating, remeasuring, and/or installing Forest Inventory and Analysis (FIA) sample plots, requiring personnel to furnish labor, supervision, and transportation for multiple locations across Alaska. Proposals are due by April 25, 2025, with inquiries accepted until May 2, 2025. Evaluation criteria for selection include price, technical capability, quality assurance system, past performance, and key personnel qualifications. The contract will be awarded based on the best value to the government, with all relevant provisions and clauses from the Federal Acquisition Regulation (FAR) incorporated by reference. Additionally, specific information requirements for submission are outlined, ensuring compliance with government procurement policies and procedures.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
FY25 PNW FIA Kenai On Grid Plots
Buyer not available
The Department of Agriculture, specifically the Forest Service under the Rocky Mountain Research Station, is seeking proposals for the "FY25 PNW FIA Kenai On Grid Plots" project, which involves locating, remeasuring, and installing Forest Inventory and Analysis (FIA) sample plots in the Kenai area of Alaska. The contractor will be responsible for providing all necessary labor, equipment, and logistics, while ensuring digital delivery of data in accordance with established protocols. This project is crucial for systematic forest inventory efforts, contributing to environmental monitoring and resource management in Alaska's coastal regions. The total budget ceiling for this contract is $11.5 million, with proposals due by May 5, 2025, and the performance period running from June 1, 2025, to September 30, 2025. Interested parties can contact Anthony O Salas at anthony.salas@usda.gov for further information.
Forest Inventory and Analysis BPA Suite
Buyer not available
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.
Region 01 Tree Planting Services
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is seeking small businesses to provide tree planting services under an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for Region 01, with an estimated total award amount of $30 million. The primary objective of this procurement is to reforest areas affected by disturbances such as fire or insect infestations, thereby supporting the Forest Service and Bureau of Land Management's mission to maintain healthy forested lands. This initiative is crucial for ensuring the survival of newly planted trees and achieving successful reforestation in designated forests, including those in Montana and Idaho. Interested contractors must respond to the Sources Sought Notice by April 10, 2025, and be registered in the System for Award Management (SAM), with the formal solicitation expected to be released around July or August 2025. For further inquiries, interested parties can contact Gilbert Chonje at gilbert.chonje@usda.gov or by phone at 931-378-8014.
Allegheny National Forest Tree Planting
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for tree planting services within the Allegheny National Forest, focusing on the Bradford Ranger District. The project involves planting government-furnished seedlings, shrubs, and saplings, as well as installing protective shelters and fences, with the contractor responsible for all labor, equipment, and supervision necessary for the execution of the work. This initiative is part of the federal commitment to environmental stewardship and sustainable forestry practices, aimed at enhancing the ecological health of national forests. Interested contractors must submit their proposals by April 15, 2025, with the performance period scheduled from April 16, 2025, to June 1, 2025. For further inquiries, contact Ashley Stoltzfus at ashley.stoltzfus@usda.gov.
BCLH Stewardship IRSC Phase 2
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering various National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for hazardous fuels and restoration projects, including timber removal and road maintenance, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forest management practices while supporting local economies through the effective utilization of timber resources. Interested contractors must submit their proposals, including technical and pricing documents, to Ingrid Anderson and Nikki Layton via email by February 29, 2028, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
NORTHERN ROCKIES STEWARDSHIP BPA
Buyer not available
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.
MECHANICAL SITE PREPARATION SUPERIOR NF
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking contractors for a mechanical site preparation project located in the Laurentian District of the Superior National Forest in Duluth, Minnesota. The contract involves key tasks such as rock raking over approximately 200 acres and compacting/crushing of fuels on 11 acres, scheduled to take place from June 1 to October 31, 2025. This initiative is part of the federal government's efforts to manage forest ecosystems and promote ecological restoration through mechanical manipulation of the terrain. Interested contractors should contact Debra Derickson at Debra.Derickson@usda.gov for further details, with an estimated total award amount of $11.5 million and compliance with federal labor standards required for bidding.
USFS Region 5 Reforestation Services IDIQ
Buyer not available
The U.S. Department of Agriculture, Forest Service, Region 5 is seeking expressions of interest from qualified vendors for a multi-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on reforestation services aimed at improving forest health across various national forests in California. The contract will cover three distinct service areas—Northern, Central, and Southern California—requiring contractors to provide all necessary resources, including labor and equipment, while adhering to strict safety protocols and environmental preservation practices. This initiative is critical for enhancing the resilience of forest ecosystems and ensuring compliance with regulations regarding endangered species and historical resources. Interested vendors should submit their capabilities and service locations to Kelly Ollivant at kelly.ollivant@usda.gov by November 27, 2024, as this notice serves as market research and does not constitute a formal solicitation.
Mowing and Planting Services at the Chena River Lakes Flood Control Project, North Pole, Alaska
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide mowing and planting services at the Chena River Lakes Flood Control Project located in North Pole, Alaska. The procurement includes a base year of services along with two option years, emphasizing the importance of maintaining the landscaping and grounds of this critical flood control infrastructure. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. Proposals are due by 2:00 PM AKDST on April 14, 2025, and interested parties can contact Ernest Woods at ernest.l.woods@usace.army.mil or Tom Green at tom.green@usace.army.mil for further information.