Skip to main content

An official website of the United States government

You have 2 new alerts

US Forest Service (USFS) RFQ for Tent Systems for use during Fire Suppression, All-hazard Incidents, and RX Project Work

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: Presolicitation (Updated)
  • Updated Published Date: May 17, 2024 10:31 am MDT
  • Original Published Date: May 16, 2024 12:47 pm MDT
  • Updated Response Date: Jun 10, 2024 05:00 pm MDT
  • Original Response Date: Jun 10, 2024 05:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jun 25, 2024
  • Original Inactive Date: Jun 25, 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:
    Lakewood , CO
    USA

Description

The Department of Agriculture (USDA) US Forest Service (USFS) is soliciting quotes (RFQ) for Tent Systems for use during local, regional, and nationwide fire suppression, all-hazard incidents, and RX Project Work. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAR FAC 2024-04, effective date of May 1, 2024.  Anticipate Solicitation posting within 7-10 days of synopsis publication.  Forecast hosting Vendor pre-quote meeting the first week of June.

The Government anticipates awarding multiple preseason Incident Blanket Purchase Agreements (I-BPAs) using a total Small Business set aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 115310, with a small business size standard of $34M. 

The US Forest Service (USFS) Wildland Fire Program has an immediate need for tent systems defined as fully enclosed areas for multi-use facilities, including but not limited to: office spaces, meeting rooms, storage for supplies, electronics, food, and accommodation for personnel and first aid/medical facilities. The term tent system is synonymous with yurt. In addition, a tent system requires insulated walls, insulated ceiling, flooring, lighting, a temperature control system and an adequate power and distribution system to meet the requirement provided within the solicitation.

Contractors are responsible for all equipment, materials, supplies, transportation, lodging, managed/supervised/trained/certified personnel necessary to meet or exceed the Agreement specifications. The resources may be used in the protection of lands, to include but not be limited to, severity, fire suppression, all-hazard incidents, and RX prescribed project work. Any awarded agreement may be ordered off of by the USFS Interagency Cooperators (DOI, NPS, BIA, State etc.) and those orders are subject to that agency’s payment and administrative terms. 

Rates will be based on a daily rate unless otherwise noted.  Vendor must quote all tent systems (Type 1 through Type 4)  to be considered a responsible quote for consideration. No photo submittals or pre-award inspections will be conducted as part of the quote and award process. 

RATES: 
Type 1 Tent System - 1001-1300 square feet (example 23' x 60')
Type 2 Tent System - 701-1000 square feet (example 23' x 42')
Type 3 Tent System - 501-700 square feet (example 19' x 35')
Type 4 Tent System - 200-500 square feet (example 20' x 20', 20' octagon)
Mileage – per mile and based on transport of minimum 5 each tent systems per load
Relocation Fee* - per tent system based on Type (Type 1 through Type 4)
Optional Items:
Vestibule Connector - completely enclosed with floor, walls and ceiling and mounts
Screen (External) Walls - mesh screen wall panel that replaces standard side walls
Divider (Internal) Walls - including zipper doorways and mounting brackets
Additional external doors with required mounting brackets
*Relocation means moving (teardown and setup up) an entire tent system from one physical location to another, moving panels or doors does not constitute relocation.

Agreements will be competitively awarded within the advertised and available Geographic Area. 

GEOGRAPHIC AREA - A boundary designated by wildland fire protection government agencies for interagency, intergovernmental planning, coordination, and operations for the effective use of emergency management resources within their area. There are ten Geographic Area Coordination Centers (GACCs), with Alaska Interagency Coordination Center (AICC) not participating in this acquisition. GACC Map: https://gacc.nifc.gov/  
Eastern Area Coordination Center (EACC) - Minnesota, Iowa, Illinois, Ohio, West Virginia, Pennsylvania, Maryland, Rhode Island, New York, Vermont, Connecticut, Massachusetts, New Hampshire, Maine, and New Jersey
Great Basin Coordination Center (GBCC) - Nevada, Utah, Western Wyoming and Idaho
Northern California Coordination Center (ONCC) – Northern California
Northern Rockies Coordination Center (NRCC) - Montana and Northern Idaho
Northwest Area Coordination Center (NWCC) - Oregon and Washington
Rocky Mountain Area Coordination Center (RMCC) - Colorado, Wyoming, South Dakota, Nebraska & Kansas
Southern Area Coordination Center (SACC) - Oklahoma, Texas, Arkansas, Louisiana, Kentucky, Virginia, Tennessee, North Carolina, South Carolina, Georgia, Alabama, Mississippi, and Florida
Southern California Coordination Center (OSCC) – Southern California
Southwest Area Coordination Center (SWCC) - Arizona and New Mexico

Vendors must have a valid UEI (Unique Entity ID) Number. Request a free UEI Number from the System for Award Management (SAM): https://sam.gov/content/entity-registration 

Vendors must have active registration in the System for Award Management (SAM): https://sam.gov/content/entity-registration 


 

Contact Information

Contracting Office Address

  • EQUIPMENT AND SERVICES BRANCH - EAST 3833 S DEVELOPMENT AVE
  • Boise , ID 837055354
  • USA

Primary Point of Contact

Secondary Point of Contact

History