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
Last Updated
Apr 3, 2026
3
Submission Deadline
Apr 8, 2026, 4:00 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 USDA Forest Service, Southwestern Regional Office, Region 3, is soliciting proposals for a Facilities Condition Assessment for the Smokey Bear Ranger District on the Lincoln National Forest in Ruidoso, NM. This Firm-Fixed-Price contract is a Total Small Business Set-Aside and aims to determine necessary treatments and restoration for facilities impacted by the South Fork Fire, supporting disaster relief funding. Proposals are due April 8, 2026, at 10:00 AM MST.

Scope of Work

The contractor will conduct a comprehensive Facilities Condition Assessment, evaluating the physical condition, performance, and overall health of 13 buildings totaling approximately 30,000 sq ft. This includes assessing infrastructure, system conditions, code deficiencies, and functional effectiveness. Key tasks involve identifying current physical conditions, code/regulatory violations, recommending corrective actions, prioritizing capital repair projects, and estimating costs. The assessment requires a thorough investigation of visible components such as structure, exterior, interior, 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. A Licensed Professional Engineer (PE) is required to certify and review deliverables.

Contract & Timeline

  • Type: Firm-Fixed-Price (FFP)
  • Period of Performance: 60 days after award.
  • Set-Aside: Total Small Business (NAICS 541618, $19 million size standard).
  • Questions Due: March 27, 2026, 1:00 PM Mountain Time.
  • Responses to Questions Posted: April 2, 2026, by close of business.
  • Proposals Due: April 8, 2026, 10:00 AM MST.
  • Published: March 31, 2026 (Amendment P00001).

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 the Lowest Price Technically Acceptable (LPTA) method. Technical acceptability requires relevant experience, qualified personnel (including a Licensed PE), a compliant technical approach, and the ability to meet the schedule.

Additional Notes

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 3
Solicitation
Posted: Apr 3, 2026
View
Version 2Viewing
Solicitation
Posted: Mar 31, 2026
Version 1
Solicitation
Posted: Mar 22, 2026
View