2026 Field Inventory Analysis Ongrid Area 4
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’s Pacific Northwest Research Station is soliciting quotes for Field Inventory Analysis (FIA) services. 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 lands in Idaho. Quotes are due by April 8, 2026, at 3:00 PM Pacific Time.
Scope of Work
The contractor will be responsible for furnishing all labor, equipment (including computer hardware/software), supervision, transportation, operating supplies, and incidentals for plot remeasurement. This includes specific tasks for "Plot Remeasurement" (Item 0001) and "Plot Remeasurement (Wilderness/Remote/Sample Kind 1)" (Item 0002). Work must be performed in accordance with the "Field Instructions for the Annual Inventory of California, Oregon, Washington" and other specified procedures. Key activities include coordinating landowner access, using Government-supplied software for data collection, and ensuring all personnel sign Non-Disclosure Agreements. Performance standards require 95% or above on the Inspection Quality Form for full payment.
Contract Details
- Contract Type: Anticipated Firm-Fixed Price.
- Set-Aside: Total Small Business (NAICS 115310, $11.5M size standard).
- Period of Performance: Estimated from May 1, 2026, to 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
- Quotes Due: April 8, 2026, at 3:00 PM Pacific Time. Offers must be submitted electronically via email.
- Questions Due: April 1, 2026, at 3:00 PM Pacific Time. Answers will be posted in SAM.gov by April 3, 2026.
- Evaluation Criteria: Award will be made to the offeror representing the best value to the Government, based on:
- Technical Capability: Ability to perform all SOW requirements (rated Acceptable or Unacceptable).
- Past Performance: Likelihood of success based on recent and relevant performance (rated Acceptable or Unacceptable).
- Price: Primary evaluation factor, must be complete and reasonable.
- Submission Format: Offers should contain three separate PDF attachments: Technical Capability, Past Performance, and Price.
Key Requirements & Notes
Contractors must provide a detailed job-specific safety plan and comply with the Fire Protection and Suppression Plan (Attachment 03), which outlines fire precautions and operational restrictions. All personnel must sign a Non-Disclosure Agreement (Attachment 04) to protect confidential plot locations and inventory data. Compliance with the Service Contract Act Wage Determination (Attachment 05) for minimum wage rates and fringe benefits is mandatory. No site visits are scheduled; offerors are encouraged to conduct their own research. The Government reserves the right to make multiple awards.