Skip to content
Department of Agriculture

USFS Cowlitz Valley Ranger District Bunkhouse Rental - Intent to Sole Source

Solicitation: 1240BD26C0001
Notice ID: ebb11832cb4c4241925b5c0ef0bae69a
TypeSpecial NoticeNAICS 531110PSCX1FZSet-AsideNONEDepartmentDepartment of AgricultureAgencyForest ServiceStateWAPostedJan 21, 2026, 12:00 AM UTCDueJan 31, 2026, 07:00 PM UTCExpired

Special Notice from FOREST SERVICE • AGRICULTURE, DEPARTMENT OF. Place of performance: WA. Response deadline: Jan 31, 2026. Industry: NAICS 531110 • PSC X1FZ.

Market snapshot

Awarded-market signal for NAICS 531110 (last 12 months), benchmarked to sector 53.

12-month awarded value
$2,000,000
Sector total $1,653,287,284 • Share 0.1%
Live
Median
$500,000
P10–P90
$150,000$500,000
Volatility
Volatile70%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($2,000,000)
Deal sizing
$500,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for WA
Live POP
Place of performance
Packwood, Washington • 98361 United States
State: WA
Contracting office
Portland, OR • 972042829 USA

Point of Contact

Name
Mindy Hickman
Email
mindy.hickman@usda.gov
Phone
Not available

Agency & Office

Department
AGRICULTURE, DEPARTMENT OF
Agency
FOREST SERVICE
Subagency
USDA-FS, CSA NORTHWEST 2
Office
Not available
Contracting Office Address
Portland, OR
972042829 USA

More in NAICS 531110

Description

This is a Notice of Proposed Contract Action Synopsis. There is no solicitation available at this time. Requests for a solicitation will receive no response. This Proposed Contract Action is published to notify potential sources that the Gifford Pinchot National Forest, Cowlitz Valley Ranger District intends to award a sole source firm-fixed price contract, on behalf of the USDA Forest Service, to Wonderlands Hospitality LLC for long term housing accommodations for temporary employees.

Description:

The Cowlitz Valley Ranger District, requires temporary housing services for a workforce of 12 seasonal employees for the 2026 field season, spanning May 1 through October 31 2026. To ensure operational efficiency and safety, the housing must be located within a reasonable commuting distance (defined as 30 minutes or 25 miles) of the Packwood, Randle, or Morton work centers.

A survey of the local housing options confirms that the communities of Packwood, Randle, and Morton lack a sufficient inventory of affordable, multi-unit temporary housing capable of accommodating a group of 12 individuals. The local housing market is currently dominated by short-term vacation rentals and high-demand tourism lodging, which do not meet the government’s cost-comparability or duration requirements. Government-owned facilities (bunkhouses) at the local Ranger Districts are currently at maximum capacity and cannot support the additional 12 temporary employees required for the 2026 field season. Due to the unique combination of high seasonal demand, limited local infrastructure, and the specific geographic requirements of the forest mission, the agency has determined that restricting competition to the identified responsible source is necessary to fulfill the government’s minimum needs.

The Packwood Station Bunkhouse owned by Wonderland Hospitality LLC is a unique facility suited to meet the (USFS) temporary housing requirements. As a former U.S. Forest Service administrative compound, the property was originally engineered specifically for federal workforce housing. Unlike standard commercial lodging, this facility retains a "campus-style" configuration for housing a large seasonal team. The Bunkhouse is the only local property featuring a 12-bedroom layout specifically designed for long-term residential support. This configuration allows for the housing of 12 temporary employees in a single, cohesive unit close to their duty station instead of dispersing employees across multiple rentals.

The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 12.102(a). Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive quotations.  A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.  Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.  Date posted to SAM.gov: 21 January 2026  Date posting will close: 31  January  2026. The North American Industry Classification is 531110 - Lessors of Residential Buildings and Dwellings. The desired period of performance for the services described herein is anticipated to be from 01 MAY 2026  through 31 October 2026.  The responses to this synopsis will be used to confirm that this is a sole source requirement. This notice is not a Request for Quote (RFQ) or Request for Proposal (RFP); it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to awarding the contract. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice of proposed contract action. Contractors who believe they possess the expertise and experience shall submit technical capabilities in writing to Anthony Salas electronically to: mindy.hickman@usda.gov.  Responses must be received no later than 31 January 2026 11:00 am PST.  All documentation shall become the property of the Government. This synopsis neither constitutes a Request for Quote, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.