127EAW26Q0003 - Plumas NF Bear Boxes
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USDA Forest Service is soliciting quotes (RFQ 127EAW26Q0003) for the purchase and installation of 80 bear-proof lockers at two campgrounds within the Plumas National Forest, California. This opportunity is a Total Small Business Set-Aside. Quotes are due by April 8th, 2026, 1:00 PM Pacific Time.
Scope of Work
This project requires the contractor to provide all management, supervision, labor, personnel, transportation, materials, and supplies for the hauling, delivery, and installation of 80 bear-proof lockers. The work includes procuring ABA Compliant and Universally Accessible lockers (48"W x 47"H x 37"L, forest brown UV resistant powder coat) and precast concrete footings with anchors. Contractors must perform any necessary excavation and grading to ensure lockers are level and areas around them meet Architectural Barriers Act (ABA) standards, including compaction testing (95% max density). The installation will occur at Grasshopper Campground (70 units) and Lone Rock Campground (10 units).
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Period of Performance: Work to commence within 10 calendar days after Notice to Proceed (NTP) and be completed not later than 120 calendar days after NTP, including final cleanup. Estimated start date is August 15th, 2026, with an end of performance period no later than May 14th, 2027.
- Place of Performance: Plumas National Forest, near Portola and Taylorsville, CA.
Submission & Evaluation
- Requests for Information (RFIs): Must be submitted using the provided "7. RFI Form" via email to Gregory.Cunningham@usda.gov by March 30th, 2026, 1:00 PM Pacific Time. No questions will be accepted after this deadline.
- Quotes: All quotes must be emailed to Gregory.Cunningham@usda.gov by April 8th, 2026, 1:00 PM Pacific Time. Quotes must include unit pricing for all items listed in the "Schedule of Items" document.
- Evaluation Criteria: Award will be made to the highest technically rated offeror whose price is fair and reasonable and past performance is acceptable or neutral. Evaluation factors include Technical Approach, Past Performance, and Price. Tradeoffs will not be conducted.
- Eligibility: Offerors must have an active entity registration at SAM.gov.
Key Attachments & Notes
- A pre-proposal site visit will not be held; prospective offerors are strongly recommended to inspect the project locations independently. Failure to inspect will not be grounds for a claim.
- Invoicing will be conducted electronically via the Invoice Processing Platform (IPP) System.
- Contractors must adhere to a specific Fire Plan (Attachment 4) and comply with the Wage Determination (Attachment 5).
- The contractor is responsible for providing their own utilities, restrooms, and ensuring site security. A Project Manager, Project Superintendent, Quality Control Manager, and Project Safety Manager must be designated.