Klamath River Basin WCS, Rx Fire Engines
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: Sep 17, 2024 10:25 am MDT
- Original Published Date: Aug 16, 2024 01:12 pm MDT
- Updated Date Offers Due: Sep 19, 2024 05:00 pm MDT
- Original Date Offers Due: Sep 19, 2024 05:00 pm MDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Oct 04, 2024
- Original Inactive Date: Oct 04, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: F003 - NATURAL RESOURCES/CONSERVATION- FOREST-RANGE FIRE SUPPRESSION/PRESUPPRESSION
- NAICS Code:
- 115310 - Support Activities for Forestry
- Place of Performance: Orleans , CA 95556USA
Description
1.0 Scope of Work
The intent of this solicitation is to obtain water handling equipment (engines (type 3 and type 6), and tactical water tenders) for use
in the Klamath River Basin WCS Landscape prescribed fire implementation. The Contractor is responsible for all personnel licenses,
licensed equipment, materials, supplies, transportation, lodging, personnel, and supervision and management of those personnel,
necessary to meet or exceed the contract specifications. The resources may be used on prescribed fire project work to include but
not limited to prescribed burn unit preparation, ignition, holding, mop-up, patrol and contingency. The Prescribed Fire Burn Boss or
responsible Government Representative is authorized to administer the technical aspects of this contract.
2.0 Background
The areas within the Klamath River Basin are identified as being at high risk from being impacted by wildfire. These areas have been
prioritized for proactive forest risk reduction treatments at a scale never seen in the area. As a result of this increased pace a scale,
the need for resources to implement prescribed fire has been identified as a high priority. The plan is to utilize all available resources
to implement large scale prescribed fire at a greater pace and scale than our agency is currently able to facilitate.
Attachments/Links
Contact Information
Contracting Office Address
- SPOC Southwest 1400 INDEPENDENCE AVE SW, MS-1138
- Washington , DC 20250
- USA
Primary Point of Contact
- Jacob Pipkin
- jacob.pipkin@usda.gov
Secondary Point of Contact
History
- Oct 04, 2024 10:04 pm MDTSolicitation (Updated)
- Aug 16, 2024 01:12 pm MDTSolicitation (Original)