VIPR I-BPA for Heavy Equipment with Water for Regions 5 and 6
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Jan 25, 2022 09:18 am PST
- Original Published Date: Jan 24, 2022 02:44 pm PST
- Updated Response Date: Mar 16, 2022 03:00 pm PDT
- Original Response Date: Mar 16, 2022 06:00 pm PDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Apr 15, 2022
- Original Inactive Date: Mar 31, 2022
- 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:
Description
The Department of Agriculture (USDA), US Forest Service (USFS), Pacific Southwest Region (Region 5), and Pacific Northwest Region (Region 6), are soliciting quotes (RFQ) for Heavy Equipment with Water for use during Local, Regional, and nationwide fire suppression and all-hazard incidents. Region 5 is only accepting Skidgen Type 1, 2, & 3 equipment types. Region 6 is accepting all equipment types in this category. The Contractor is responsible for all equipment, materials, supplies, transportation, lodging, trained/certified personnel, and supervision and management of those personnel, necessary to meet or exceed the Agreement specifications. Optional use by Interagency Cooperators (subject to that agency?s payment and administrative terms). The resources may be used in the protection of lands, to include but not be limited to, severity, fire suppression and all-hazard incidents.
RATES: Proposed rates should be based on up to a 16hr. Daily Shift and include all within B.2 -- PRICING AND ESTIMATED QUANTITY.
DISPATCH CENTER: Agreements will be competitively awarded within the Regional dispatch centers. Agreement intent and Government guidance is for Quoters to select the available dispatch center closest to their resource location in order to reasonably meet the Government?s (Host Agency?s) date and time needed for emergency incident support, as well as offer best value to the Government for travel costs for each potential dispatch/BPA Call. Since wildland fire support and locations are unknown at time of award, selection of a host dispatch center/zone outside of where the resources reside may result in loss of opportunity and failure to meet Government?s critical and timely need at time of incident. Map link: https://www.nifc.gov/nicc/
INSPECTIONS: Pre-award inspections will not be conducted. Please see technical quote submittal requirements listed in SECTION E -- SOLICITATION PROVISIONS; E.1 -- INSTRUCTIONS TO OFFERORS; 52.212-1 -- Instructions to Offerors -- Commercial Items. Failure to submit a technical quote package for review according to the instructions within the solicitation will result in non-award.
SET-ASIDES: The agreement will be competitively awarded. The Government anticipates awarding multiple preseason Incident Blanket Purchase Agreements (I-BPAs) using a total Small Business set aside with further consideration for SDVOSB & HUBzone. See Section B.6 -- SOCIOECONOMIC STATUS ADVANTAGE APPLICABLE TO DPL RANKING.
****The solicitation will be issued using the Virtual Incident Procurement (VIPR) system****
1) Vendors must have a valid e-mail address; all VIPR communications, to include rate negotiations and award notification, are conducted via e-mail.
2) Vendors must have a valid DUNS Number. Request a free DUNS Number from https://iupdate.dnb.com/iUpdate/companylookup.htm.
3) Vendors must have active registration in the System for Award Management (SAM): https://www.sam.gov.
4) Vendors are required to have a USDA Level 2 eAuthentication account that provides the ability to conduct official electronic business transactions. Information: https://www.fs.fed.us/business/incident/eauth.php. Fraudulent Level 2 eAuthentication accounts will be handled by the USDA Office of Inspector General (OIG) and/or the Forest Service?s Law Enforcement and Investigations Division (LEI).
5) Vendors must submit a quote electronically using the VIPR Vendor Application: http://www.fs.fed.us/business/incident/vendorapp.php.
Attachments/Links
Contact Information
Contracting Office Address
- EQUIPMENT AND SERVICES BRANCH - EAST 3833 S DEVELOPMENT AVE
- Boise , ID 837055354
- USA
Primary Point of Contact
- Craig Ericson
- craig.ericson@usda.gov
- Phone Number 5305596264
Secondary Point of Contact
- Eric Rusch
- eric.rusch@usda.gov
- Phone Number 7073735326
History
- Mar 01, 2024 08:53 am PSTPresolicitation (Updated)
- Feb 09, 2022 03:17 pm PSTPresolicitation (Updated)
- Jan 25, 2022 09:18 am PSTPresolicitation (Updated)
- Jan 24, 2022 02:44 pm PSTPresolicitation (Original)