2026 Field Inventory Analysis Ongrid Area 1
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 United States Forest Service (USDA Forest Service) is seeking quotes for Field Inventory Analysis (FIA) for Ongrid Area 1. This Total Small Business Set-Aside opportunity involves locating, installing, or remeasuring Forest Inventory plots across various land ownerships in California, Oregon, Washington, and Region 6 administered land in Idaho. The anticipated award is a Firm-Fixed Price contract, with offers due by April 8, 2026, at 3:00 PM Pacific Time.
Scope of Work
Contractors will be responsible for furnishing all labor, equipment, supervision, transportation, and supplies to locate and install or remeasure Forest Inventory plots. The work includes two primary plot types: Area 1 On-Grid Plots and Plot Remeasurement (Wilderness/Remote). Access to plots may require significant effort, including hiking, horse packing, boat, airplane, or helicopter, with associated costs borne by the contractor. Coordination with landowners for access and adherence to "Field Instructions" are critical.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5), NAICS Code 115310, $11.5 million size standard.
- Anticipated Award: Firm-Fixed Price contract. The government may make multiple awards for different line items.
- Period of Performance: Estimated May 1, 2026 – October 31, 2026. Critical plots must be completed by September 15, 2026.
- Place of Performance: California, Oregon, Washington, and Region 6 administered land in Idaho.
Submission & Evaluation
- Offers Due: April 8, 2026, 3:00 PM PT. Submissions must be electronic via email, comprising three separate PDF attachments: Technical Capability, Past Performance, and Price.
- Questions Due: April 1, 2026, 1:00 PM PT. All questions must be submitted in writing to Ricky McLellan (ricky.mclellan@usda.gov). Answers will be posted on SAM.gov by April 3, 2026.
- Evaluation Factors: Award will be based on Technical Capability, Past Performance, and Price. Price is the primary factor, but Technical Capability and Past Performance must both receive an "Acceptable" rating to be considered.
Key Requirements & Special Conditions
- Crews must be led by a certified Crew Leader. In California, each crew must include a Registered Professional Forester (RPF) on-site.
- All personnel are required to sign a Non-Disclosure Agreement (NDA) due to access to confidential plot locations and inventory data.
- Contractors must utilize Government-supplied software for data collection and upload, adhering to specific hardware and data processing procedures (e.g., PDRs, survey-grade GNSS units, MIDAS).
- Performance will be evaluated using an Inspection Quality Form (Exhibit A); scores below 85% may necessitate rework.
- Compliance with a detailed Fire Protection and Suppression Plan (Attachment 03) is mandatory, outlining fire prevention measures, equipment, and operational restrictions based on Industrial Fire Precaution Levels (IFPL).
- Bidders must account for minimum wage rates and fringe benefits as per the Service Contract Act Wage Determination for Oregon (Attachment 05).