127EAW26Q0003 - Plumas NF Bear Boxes
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 has issued a Combined Synopsis/Solicitation (RFQ 127EAW26Q0003) for the purchase and installation of 80 bear-proof lockers at two campgrounds within the Plumas National Forest, California. This opportunity is a Total Small Business Set-Aside. An amendment has been issued posting official RFI responses, which are now incorporated into the solicitation. Quotes are due April 8th, 2026, at 1:00 PM Pacific Time.
Scope of Work
The contractor will provide all management, labor, materials, and supplies to haul, deliver, and install 80 bear-proof lockers at Grasshopper Campground (70 units) and Lone Rock Campground (10 units). This includes procuring ABA Compliant, UV-resistant forest brown lockers and precast concrete footings (2500-4500 PSI), performing necessary excavation and grading to ABA standards, and ensuring a minimum 95% compaction density around footings. Deliverables include a Proposed Project Plan and Weekly Status Reports.
Contract & Timeline
- Type: Firm Fixed Price (FFP)
- Period of Performance: Work to commence within 10 calendar days after Notice to Proceed (NTP) and be completed not later than 120 calendar days after NTP. Specific campground availability: Lone Rock until September 28th, 2026; Grasshopper until October 12th, 2026. Overall performance ends by May 14th, 2027.
- Place of Performance: Plumas National Forest, Portola, CA 96122.
- Requests for Information (RFI) Due: March 30th, 2026, 1:00 PM Pacific Time (via RFI Form to Gregory.Cunningham@usda.gov).
- Quotes Due: April 8th, 2026, 1:00 PM Pacific Time (via email to Gregory.Cunningham@usda.gov).
Submission & Evaluation
Quotes must be submitted for all items listed in the Schedule of Items, including unit pricing. Evaluation will be based on Technical Approach, Past Performance, and Price. Award will be made to the highest technically rated offeror whose price is fair and reasonable and past performance is acceptable or neutral; tradeoffs will not be conducted.
Key Requirements & Notes
- Set-Aside: Total Small Business.
- Site Visit: No organized site visit will be held; prospective offerors are strongly recommended to inspect the publicly accessible project locations independently. Failure to inspect will not be grounds for claims.
- RFI Responses: Official responses to RFIs have been posted and are incorporated. Failure to use revised documents and requirements will result in a non-responsive proposal. Clarifications include that representative compaction testing is acceptable (one test per ~350 CY) and can be performed by certified contractor personnel or a third-party.
- Contract Administration: Invoicing via the IPP System. Only the Contracting Officer (CO) can approve contract changes. Contractor must designate key personnel (Project Manager, Superintendent, etc.).
- Compliance: Adherence to the provided Fire Plan, Wage Determination (CA20260007), and all federal provisions and clauses is mandatory. Contractor is responsible for utilities, waste disposal, and site security.
- Eligibility: Offerors must have an active entity registration at SAM.gov.