Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2024 SAM #8137
SOLICITATION NOTICE

F -- VIPR I-BPA for Mobile Sleeper Unit for Region 13 - National

Notice Date
3/6/2024 11:02:43 AM
 
Notice Type
Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
USDA FOREST SERVICE BOISE ID 83705 USA
 
ZIP Code
83705
 
Solicitation Number
12024B24Q7003
 
Response Due
4/1/2024 6:00:00 PM
 
Archive Date
06/01/2029
 
Point of Contact
Jennifer Travis, Phone: 9703737170
 
E-Mail Address
jennifer.travis@usda.gov
(jennifer.travis@usda.gov)
 
Description
The Department of Agriculture (USDA), United States Forest Service (USFS), anticipates soliciting for Mobile Sleeper Unit services for National Region. The solicitation number is 12024B24Q7003. The purpose of this Request for Quotations (RFQ) and any resultant Agreements is to acquire the service Mobile Sleeper Units for use in Regions 3, 4, 5 & 6. The Agreements will be competitively awarded by Dispatch Centers within the advertised Region. Regional and local awards may not be made to vendors designating resource City and State location more than 450 miles away from their selected Dispatch Center. (D.5.1). Awards resulting from this solicitation will be posted on the VIPR website https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d. 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. The resources may be used in the protection of lands, to include but not be limited to, severity, fire suppression, prescribed fire and all-hazard incidents. The Incident Commander or responsible Government Representative is authorized to administer the technical aspects of this agreement. The Government anticipates awarding multiple Incident Blanket Purchase Agreements (I-BPA) using a total Small Business set aside under NAICS 115310 ? Support Activities for Forestry. The Small Business size standard is $34 million. Only businesses (with active SAM account verifying advertised NAICS) will be considered for award. If response to the Solicitation is determined to be too low to be advantageous to the Government, no awards will be made. 1) This solicitation will be utilizing the VIPR Vendor Web Application and can be found at the following website: https://apps.fs.usda.gov/vipr/vendor. To access VIPR you are required to have a Level 2 eAuthentication account. 2) Vendors must be registered and have an active account within the System of Award Management (SAM) with Online Representations and Certifications Application completed at https://www.sam.gov. For further support with establishing an account in SAM, contact your state?s PTAC or Apex Accelerators at https://www.aptac-us.org/find-a-ptac/. 3) The solicitation will only be available electronically and will be posted to the SAM.gov website at: https://sam.gov/content/home on or about Feb 28, 2024 with a closing date of Apr 1, 2024 4:00 PM MST. 4) All equipment shall be evaluated prior to award. Inspection information will be provided in the solicitation under section E.2 -- INSTRUCTIONS FOR SUBMITTING TECHNICAL QUOTES. 5) 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 6) Optional awarded Agreement use by Interagency Cooperators (DOI, NPS, BIA, State etc..) are subject to that agency's payment and administrative terms. 7) 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/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dcb589a38f294a948ce8355b6ac8980f/view)
 
Record
SN06987404-F 20240308/240306230046 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.