Closed Solicitation · DEPARTMENT OF AGRICULTURE

    VIPR I-BPA FOR CLERICAL SUPPORT UNIT FOR REGION 13 - NATIONAL

    Sol. 12024B25Q7001PresolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)BOISE, ID
    Closed
    STATUS
    Closed
    closed Mar 26, 2025
    POSTED
    Feb 20, 2025
    Publication date
    NAICS CODE
    561439
    Primary industry classification
    PSC CODE
    F003
    Product & service classification

    AI Summary

    The USDA Forest Service is seeking quotes for Clerical Support Units to assist with fire suppression and all-hazard incidents. Contractors must provide all necessary equipment and trained personnel. The solicitation will detail requirements and payment terms. Proposals should reflect rates for up to 16-hour shifts. Agreements will be awarded through regional dispatch centers, with potential for additional contractors during annual reviews.

    Contract details

    Solicitation No.
    12024B25Q7001
    Notice Type
    Presolicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    February 20, 2025
    Response Deadline
    March 26, 2025
    NAICS Code
    561439AI guide
    PSC / Class Code
    F003
    Contract Code
    12C2
    Issuing Office
    USDA FOREST SERVICE
    Sub-Agency
    FOREST SERVICE
    Primary Contact
    Jennifer Travis
    City
    BOISE
    State
    ID
    ZIP Code
    83705

    Description

    The Department of Agriculture (USDA), US Forest Service (USFS) ?National Zone anticipates soliciting quotes (RFQ) for Clerical Support Units for use during local, regional, nationwide fire suppression, all-hazard incidents, and RX Prescribed Project Work.?? Section D.2 within the solicitation will contain equipment & personnel requirement details. The Contractor is 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. Optional awarded Agreement use by Interagency Cooperators (DOI, NPS, BIA, State etc.) are subject to that agency?s payment and administrative terms. The USFS Fire and Aviation Management (F&AM) Regional Program Office Representatives will determine annually whether it is in the Government's best interest to initiate an open season on-ramping process to add additional Contractors and/or resources during the annual Contracting Officer (CO) review period noted in Section C.3.1 of the solicitation. RATES: Proposed rates should be based on up to a 16-hr daily shift and include all within B.2 -- PRICING AND ESTIMATED QUANTITY. Note: D.21.8.1 -- Rates of Payments. Payment will be at the rates specified in the agreement that is in effect at the time of the order. DISPATCH CENTER: Agreements will be competitively awarded within the advertised and available regional dispatch centers. Agreement intent and Government guidance is for quoters to select the available dispatch center closest to their resource location 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/ 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 per 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, technical evaluations/photo uploads, and award notifications, are conducted via e-mail. 2) 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 3) Vendors must have active registration in the System for Award Management (SAM): https://sam.gov/content/entity-registration 4) Vendors are required to have a Login.gov account that provides the ability to conduct official electronic business transactions. YOU WILL NEED THIS TO CREATE A VIPR ACCOUNT. Information: https://www.eauth.usda.gov/eauth/b/usda/faq?gid=PublicCustomer&qid=PublicCustomerComingSoonFaqItemId12. 5) Vendors must submit a quote electronically using the VIPR Vendor Application: https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d

    Key dates

    1. February 20, 2025Posted Date
    2. March 26, 2025Proposals / Responses Due

    Frequently asked questions

    VIPR I-BPA FOR CLERICAL SUPPORT UNIT FOR REGION 13 - NATIONAL is a federal acquisition solicitation issued by DEPARTMENT OF AGRICULTURE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.