SOLICITATION NOTICE
F -- VIPR I-BPA for Faller for Region 2 - Rocky Mountain Region
- Notice Date
- 2/7/2020 8:40:42 PM
- Notice Type
- Presolicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Rocky Mountain Regional Office LAKEWOOD CO 80401 USA
- ZIP Code
- 80401
- Solicitation Number
- 1282X920Q7007
- Response Due
- 3/23/2020 4:00:00 PM
- Archive Date
- 04/07/2020
- Point of Contact
- KIM LUFT, Phone: 3032755405
- E-Mail Address
-
kimberly.luft@usda.gov
(kimberly.luft@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The USDA Forest Service, Rocky Mountain Region (Region 2), is soliciting quotes (RFQ) for Fallers for use on a local, Regional, and Nationwide basis. 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://gacc.nifc.gov/rmcc/logistics/docs/rma_dispatch_map.pdf . � INSPECTIONS: Pre-award inspections will be conducted. The Rocky Mountain Region Inspection submittal requirements will be scheduled and determined by the Region 2 Fire and Aviation Management Program Office.� All Quoters will be provided specific details once the solicitation has closed.�� � SET-ASIDES:� The Government anticipates awarding multiple preseason Incident Blanket Purchase Agreements (I-BPAs) using a total Small Business set aside with further consideration for SDVOSB, SDB, EDWOSB, WOSB & 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/SAM/.� � 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.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e59f80af43c343c0a793294b6a5b8f9b/view)
- Place of Performance
- Address: Lakewood, CO 80401, USA
- Zip Code: 80401
- Country: USA
- Zip Code: 80401
- Record
- SN05554428-F 20200209/200210120627 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |