USDA Feasibility Study on Consolidating Wildland Fire Management Operations
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 is conducting market research through a Request for Information (RFI) to gather industry feedback on a Feasibility Study for Consolidating Federal Wildland Fire Management Operations. This RFI aims to identify qualified contractors capable of performing an independent, evidence-based analysis of operational, financial, organizational, infrastructure, and workforce impacts of such consolidation. Responses are due March 27, 2026, at 10:00 AM MST.
Purpose & Scope
The USDA seeks to inform decision-making regarding the consolidation of wildland fire management functions. The study will evaluate potential efficiencies, adverse impacts, risks, dependencies, and mitigation strategies. Key areas of analysis include:
- Mission delivery and land management objectives.
- Coordination and resource sharing within a consolidated structure.
- Cohesion between wildland fire, hazardous fuel reduction, and prescribed fire programs.
- Workforce utilization, including NWCG certified personnel.
- Comparison with National Interagency Fire Center (NIFC) functions.
- Impacts on states, local governments, Tribal entities, and other stakeholders.
- Budget execution, fiscal management, and appropriations authorities.
- Operational support functions (aviation, dispatch, communications, logistics).
- Facilities, capital assets, and shared infrastructure.
The study must be objective, independent, non-partisan, and supported by verifiable data. The anticipated period of performance is six (6) months from contract award.
Requested Information
Respondents should provide:
- A capabilities statement, past performance, and evidence of organizational independence.
- An analytical approach for fulfilling the Statement of Objectives (SOO), including data needs, methodology, and risk mitigation.
- Relevant federal, state, or local wildfire knowledge and experience, particularly with federal organizational structures and budget mechanisms.
- Staffing plan and key personnel qualifications.
- Feedback on the draft SOO's scope, constraints, performance objectives, and deliverables.
- Market insights on NAICS/PSC alignment (e.g., 541611, 541612, 541618, 541690; R499, R699, B505) and potential small business participation.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Anticipated Contract Type: Firm-Fixed Price (if a solicitation follows)
- Period of Performance: 6 months
- Place of Performance: Primarily Contractor's facilities, with virtual/on-site engagement.
- Set-Aside: To Be Determined (TBD)
- Questions Due: March 24, 2026, 10:00 AM MST
- Responses Due: March 27, 2026, 10:00 AM MST
- Published: March 20, 2026
Submission Details
Responses must be emailed in PDF format to Stephen Holly (stephen.holly@usda.gov). Part II requirements are limited to 2,000 words. This RFI is for information and planning purposes only and does not constitute a solicitation.