Closed Solicitation · DEPARTMENT OF AGRICULTURE

    VIPR I-BPA FOR FUEL TENDER FOR REGION 3 & REGION 8 ONLY

    Sol. 1202SB23Q7007PresolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)Boise, ID
    Closed
    STATUS
    Closed
    closed Feb 22, 2023
    POSTED
    Mar 1, 2024
    Publication date
    NAICS CODE
    324110
    Primary industry classification
    PSC CODE
    F003
    Product & service classification

    AI Summary

    The Department of Agriculture, specifically the US Forest Service in Regions 3 & 8, is seeking quotes for Fuel Tenders (Type 1, Type 2, and Type 3) to be used in fire suppression and all-hazard incidents at local, regional, and national levels. The solicitation is for a VIPR I-BPA for Fuel Tenders and includes detailed equipment and personnel requirements outlined in Section D.2 of the solicitation document. Interested bidders can access the map link provided for more information on the regions covered by this opportunity. The deadline for submitting quotes is February 22, 202

    Contract details

    Solicitation No.
    1202SB23Q7007
    Notice Type
    Presolicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    March 1, 2024
    Response Deadline
    February 22, 2023
    NAICS Code
    324110AI guide
    PSC / Class Code
    F003
    Contract Code
    12C2
    Sub-Agency
    FOREST SERVICE
    Primary Contact
    Kimberly Luft
    City
    Boise
    State
    ID
    ZIP Code
    837055354
    AI Product/Service
    both

    Description

    The Department of Agriculture (USDA), US Forest Service (USFS) Regions 3 & 8 anticipate soliciting quotes (RFQ) for Fuel Tenders (Type 1, Type 2, and Type 3) for use during local, regional, and nationwide fire suppression and all-hazard incidents. Map link: https://www.nifc.gov/nicc/ Section D.2 within the solicitation contains equipment & personnel requirement details. The Contractor is responsible for all equipment, materials, supplies, transportation, lodging, and training and/or certifying of those 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, and all-hazard incidents.

    The USFS Fire & 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 16hr. 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 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/

    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 USDA Level 2 eAuthentication account that provides the ability to conduct official electronic business transactions. WILL NEED THIS TO CREATE A VIPR ACCOUNT. Information: https://www.eauth.usda.gov/eauth/b/usda/registration

    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. March 1, 2024Posted Date
    2. February 22, 2023Proposals / Responses Due

    AI search tags

    Frequently asked questions

    VIPR I-BPA FOR FUEL TENDER FOR REGION 3 & REGION 8 ONLY 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.