Deschutes National Forest, Bend-Fort Rock Ranger District - Groundhog Cultural Heritage Surveys
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 Deschutes National Forest (DNF), part of the U.S. Department of Agriculture, is seeking a qualified cultural resource contractor to perform pedestrian inventory and cultural resource documentation for up to four vegetation management projects in Bend, OR. This acquisition, identified as RFQ 1240BE26Q0037, is a Total Small Business Set-Aside. Quotations are due by March 24, 2026, at 4:30 PM PST.
Scope of Work
The contractor will conduct cultural heritage surveys in compliance with Section 106 of the National Historic Preservation Act. Key requirements include:
- Mandatory Surveys: Groundhog/Camp II (approx. 3,224 acres) and RMC (approx. 1,245 acres).
- Optional Surveys: Up to 4,489 additional acres across projects like Wild Out of Key Elk, North Basin P1-5, Wild in Key Elk, and North Basin P6.
- Deliverables: Status check-ins, draft resource forms, GIS data, final site forms, isolated find forms, shapefiles/geodatabase, photographs, photo logs, and field notes.
- Methodology: Survey transects spaced no more than 20 meters. No sub-surface testing or artifact collection is permitted. All work must be performed by archaeologists meeting the Secretary of Interior's Professional Qualification Standards.
Contract & Timeline
- Contract Type: Firm Fixed Price contract is anticipated.
- Period of Performance: Estimated to begin April 1, 2026. Item 0001 (Groundhog/Camp II) must be completed by September 30, 2026, with remaining items by September 30, 2027.
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 541620 (Environmental Consulting Services) with a size standard of $19.0 million.
- Published Date: March 4, 2026.
- Offer Due Date: March 24, 2026, 4:30 PM PST.
Submission & Evaluation
- Submission Method: Quotations must be emailed to andrea.pollock@usda.gov, with "1240BE26Q0037" in the subject line.
- Evaluation Criteria: Award will be based on the best value to the Government, considering Technical Approach, Relevant Past Performance, and Price. Award may not necessarily go to the lowest-priced offeror.
- Quote Acceptance Period: 90 calendar days from the offer due date.
Additional Notes
This is a combined synopsis/solicitation issued as a Request for Quotation (RFQ). The full text of provisions and clauses can be accessed at www.acquisition.gov. Attachments include the Statement of Work, various forms, maps, and wage determinations. The primary point of contact is Andrea Pollock, Contracting Officer, at andrea.pollock@usda.gov or 458-200-5265.