2026 Field Inventory Analysis Ongrid Area 8
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), Pacific Northwest Research Station, is soliciting quotes for Field Inventory Analysis (FIA) services for Ongrid Area 8. 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 period of performance is May 1, 2026, to October 31, 2026.
Scope of Work
Contractors will be responsible for furnishing all labor, equipment, supervision, transportation, operating supplies, and incidentals (excluding Government Furnished Equipment) to perform FIA. This includes:
- Locating and installing or remeasuring Forest Inventory plots on Federal, State, County, Local Government, private, and individual landowner properties.
- Providing digital delivery of all collected data and related work.
- Adhering to "Field Instructions for the Annual Inventory of California, Oregon, Washington" and Region 6 administered lands in Idaho.
- Specific work locations include BLM, Corporate, State Lands, Colville National Forest, Mt. Baker Snoqualmie National Forest, Okanogan National Forest, and Wenatchee National Forest within Area 8.
Contract Details
- Contract Type: Firm-fixed price, Combined Synopsis/Solicitation.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 115310 (Forestry and Logging), with a small business size standard of $11.5 million.
- Period of Performance: May 1, 2026 – October 31, 2026, with critical plots due by September 15, 2026.
- The Government reserves the right to make multiple awards for different line items.
Submission & Evaluation
- Questions Due: April 1, 2026, at 1:00 PM Pacific Time.
- Offers Due: April 8, 2026, at 3:00 PM Pacific Time.
- Submission Requirements: Offers must include three separate PDF attachments: Technical Capability, Past Performance, and Price.
- Evaluation Criteria: Award will be made to the offeror representing the best value to the Government, based on:
- Technical Capability: Rated Acceptable or Unacceptable.
- Past Performance: Rated Acceptable or Unacceptable ("unknown" considered "acceptable").
- Price: Primary evaluation factor for determining award, though not formally scored.
Special Requirements & Notes
- Access: May require various methods (hiking, horse packing, boat, airplane, helicopter); contractor is responsible for coordinating landowner access and documenting contacts. Trespassing is strictly prohibited.
- Personnel: Crews must have a certified Crew Leader. In California, each crew must include a Registered Professional Forester (RPF) on site.
- Data Handling: Contractors must use Government-supplied software for data collection, adhere to data handling procedures, and comply with a Non-Disclosure Agreement (NDA). Secure computer storage with password protection is required.
- Safety & Environment: Compliance with a Fire Protection and Suppression Plan is mandatory, including specific fire precautionary measures and a job-specific safety plan. Landscape preservation and protection of streams/lakes/reservoirs are required.
- Wage Determination: Bidders must account for the U.S. Department of Labor Wage Determination (No. 1977-0209, Revision No. 82) for the Forestry Industry in Washington Statewide, covering minimum wage rates and fringe benefits.
- No site visits will be scheduled.
Attachments
Key attachments include the Statement of Work, Exhibits (Inspection Quality Form, Field Instructions, Plot List, Plot Vicinity Maps, Hardware/Software/Data Processing Procedures), Fire Protection and Suppression Plan, Non-Disclosure Agreement, and Wage Determination.
Contact Information
For questions, contact Ricky McLellan at ricky.mclellan@usda.gov or 971-337-6197.