Smokey Bear Ranger District Facilities Condition Assessment

SOL #: 127EAV26Q0013Solicitation

Overview

Buyer

Agriculture
Forest Service
Southwestern Regional Office, Region 3
ALBUQUERQUE, NM, 87102, United States

Place of Performance

Ruidoso, NM

NAICS

Other Management Consulting Services (541618)

PSC

Other Professional Services (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 22, 2026
2
Submission Deadline
Apr 1, 2026, 7:00 PM

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. Forest Service, Department of Agriculture, is soliciting proposals for a Firm-Fixed-Price contract to conduct a Facilities Condition Assessment for the Smokey Bear Ranger District on the Lincoln National Forest in Ruidoso, NM. This critical assessment supports disaster relief funding following the South Fork Fire. Quotations are due April 1, 2026.

Scope of Work

The contractor will perform a comprehensive Facilities Condition Assessment (FCA) for 13 buildings, totaling approximately 30,000 sq ft. The assessment must adhere to industry standards and evaluate the physical condition, performance, and overall health of buildings, infrastructure, and systems. Key areas include code deficiencies, functional effectiveness, structural integrity, exterior/interior components, mechanical, plumbing, energy management, electrical, fire/life safety, ADA compliance, environmental factors, security, and site conditions. Deliverables include a Work Plan, Monthly Status Reports, and a final Assessment Report. The assessment aims to identify current conditions, regulatory violations, recommend corrective actions, prioritize capital repair projects, and estimate associated costs.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price (FFP)
  • Period of Performance: 60 days after award
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS: 541618 (Other Professional Services), Size Standard: $19 Million
  • Questions Due: March 27, 2026, 1:00 PM Mountain Time
  • Quotations Due: April 1, 2026, 1:00 PM Mountain Time
  • Published: March 22, 2026

Submission & Evaluation

Quotations must be submitted electronically to david.l.watson@usda.gov with the subject line "RFQ 127EAV26Q0013". Technical proposals are limited to 10 pages (excluding resumes), and pricing must be submitted separately. Evaluation will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Technical acceptability requires demonstrating relevant experience, qualified personnel (including a Licensed Professional Engineer), a compliant technical approach, and the ability to meet the specified schedule.

Additional Notes

A Licensed Professional Engineer (PE) from any state is required to certify and review all deliverables. Travel costs and direct inspection expenses are considered incidental to the CLIN price and will not be invoiced separately. The government reserves the right to make multiple awards if deemed in its best interest.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Solicitation
Posted: Mar 22, 2026
Smokey Bear Ranger District Facilities Condition Assessment | GovScope