Smokey Bear Rd Facilities Condition Assessment
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, Forest Service is soliciting proposals for a Facilities Condition Assessment for the Smokey Bear Ranger District on the Lincoln National Forest in Ruidoso, NM. This assessment is critical for determining treatment and restoration plans for facilities impacted by the South Fork Fire, supporting disaster relief funding. This is a Total Small Business Set-Aside. Proposals are due by April 8, 2026, at 10:00 AM MST.
Scope of Work
The contractor will conduct a comprehensive Facilities Condition Assessment for 13 buildings, totaling approximately 30,000 sq ft. This includes evaluating physical condition, performance, and overall health of buildings, infrastructure, and systems. Key tasks involve identifying code deficiencies, regulatory violations, and recommending corrective actions. The assessment must prioritize capital repair projects and provide refined planning-level cost estimates for a 10-year lifecycle, based on quantity take-offs where feasible. A comprehensive investigation of visible components (structure, mechanical, electrical, ADA, etc.) is required. The assessment must also include a detailed evaluation of well systems, with specialist input for water testing and life span projections, and cost estimates for repair vs. replacement. Buildings may be occupied, unoccupied, damaged, or deteriorated. A Licensed Professional Engineer (PE) from any state is mandatory for technical oversight, quality assurance, and validation of findings. Deliverables include a Work Plan, Monthly Status Reports, and a consolidated final Assessment Report with facility-specific sections, appendices, data tables, and cost models.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: 60 days after award
- NAICS Code: 541618 (Management Consulting Services), Size Standard: $19 million
- Set-Aside: Total Small Business
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 Lowest Price Technically Acceptable (LPTA). Technical acceptability requires relevant experience, qualified personnel (including a Licensed Professional Engineer), a compliant technical approach, and the ability to meet the 60-day schedule. Travel costs and direct inspection expenses are incidental to the CLIN price.
Key Dates & Contact
- Proposal Due Date: April 8, 2026, 10:00 AM MST
- Contact: David Watson, david.l.watson@usda.gov, 4802049319