PNW Alaska On-Grid Plots - Wrangell Ketchikan
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 U.S. Department of Agriculture (USDA) Forest Service, Rocky Mountain Research Station, is soliciting proposals for Forest Inventory and Analysis (FIA) fixed radius sample plots in the Alaska Wrangell-Ketchikan area. This Total Small Business Set-Aside opportunity requires contractors to locate, remeasure, and/or install plots, providing digital data delivery in accordance with the latest Alaska Annual Inventory Field Instructions. Proposals are due March 13, 2026, at 11:00 AM (MT).
Purpose & Scope
This Request for Quotation (RFQ) aims to acquire annual data for the inventory and monitoring of Alaska's forests. The contractor will furnish all labor, equipment, supervision, transportation, and operating supplies, with some Government Furnished Equipment (GFE) provided. The work involves precise data collection and editing using Government-supplied software (MIDAS) on specified Portable Data Recorders (PDRs) and personal computers. A minimum 90% quality standard is required for all submitted plots.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Anticipated Contract Type: Firm-Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Period of Performance: April 1, 2026 – September 1, 2026. All field work and data submission must be completed 30 days prior to the end of this period.
- Place of Performance: Wrangell-Ketchikan area, Alaska.
Key Requirements
Contractors must ensure employees are trained for remote conditions and minimize invasive species spread. Mandatory crew orientation and training are required, with a maximum of three certified Crew Leaders per contractor. The use of Government-furnished MIDAS software and specific hardware (e.g., JAVAD TRIUMPH-2 GNSS units) is mandated. Bidders will also need to comply with Wage Determination 2015-5685, Revision 27, which specifies minimum wage rates and fringe benefits for various occupations in the Alaska boroughs of Haines, Juneau, Ketchikan Gateway, Prince of Wales, Sitka, Skagway-Yakutat, and Wrangell-Peters. A Non-Disclosure Agreement (NDA) is required for handling confidential plot location data.
Submission & Evaluation
- Questions Due: March 6, 2026, 11:00 AM (MT).
- Offers Due: March 13, 2026, 11:00 AM (MT).
- Submission Method: Electronically via email to anthony.salas@usda.gov. Proposals must include three separate PDF attachments: Technical Capability, Past Performance, and Price.
- Evaluation Factors: Technical Factors (Available Resources, Ability, Key Personnel), Past Performance, and Price. Award will be made to the offeror representing the best value to the Government.
- Scoring Weights: Proposals will be evaluated based on specific weighted categories, including Tally Items (20%), Tree & Snag Attributes (20%), Condition Class (10%), Subplot Attributes (7.5%), Downed Woody Materials (7.5%), Vegetation Profile (7.5%), Boundary References (5%), Site Index (5%), Plot Locations (5%), Plot Attributes (3.75%), Seedling Data (3.75%), Invasive Plants (2.5%), and Plot Packet (2.5%).
Contact Information
Primary Point of Contact: Anthony O Salas, anthony.salas@usda.gov.