Smokey Bear Ranger District 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 USDA 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 critical service supports disaster relief funding following the South Fork Fire, aiming to determine necessary treatments and restoration for affected facilities. This opportunity 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. The assessment involves evaluating the physical condition, performance, and overall health of buildings, including infrastructure, system conditions, code deficiencies, and functional effectiveness. Key tasks include identifying current physical conditions, code/regulatory violations, recommending corrective actions, prioritizing capital repair projects, and estimating costs. The assessment must cover visible components such as structure, exterior, interior, mechanical, plumbing, energy management, electrical, fire/life safety, ADA compliance, environmental factors, security, and site conditions.
Clarifications indicate a preference for a 10-year lifecycle and capital planning horizon, with emphasis on near-term priorities. A comprehensive well system assessment is required, including visual, functional, and specialist input for water testing and life span projection, with cost estimates for repair vs. replacement. Cost estimates should be at a refined planning level to support 10-year capital budgeting. Buildings may vary in condition (occupied, unoccupied, damaged), and this variability must be documented. Deliverables include a Work Plan, Monthly Status Reports, and a final Assessment Report.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Set-Aside: Total Small Business (NAICS 541618, $19 million size standard)
- Period of Performance: 60 days after contract award.
- Place of Performance: Ruidoso, NM.
Submission & Evaluation
- Proposals Due: April 8, 2026, 10:00 AM MST.
- Submission Method: Electronic to david.l.watson@usda.gov, with the subject line "RFQ 127EAV26Q0013".
- Technical Proposal: Limited to 10 pages (excluding resumes). Pricing must be submitted separately.
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA).
- Technical Acceptability Requirements: Relevant experience, qualified personnel (including a mandatory Licensed Professional Engineer from any state to certify and review deliverables), a compliant technical approach, and the ability to meet the 60-day performance schedule.
Contact
- Primary Contact: David Watson (david.l.watson@usda.gov, 480-204-9319).