MODIFICATION
J -- Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services
- Notice Date
- 11/4/2024 12:01:08 PM
- Notice Type
- Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- INCIDENT PROCUREMENT AVIATION BRANCH Boise ID 837055354 USA
- ZIP Code
- 837055354
- Solicitation Number
- 1202SA24Q9500
- Response Due
- 12/2/2024 12:00:00 PM
- Archive Date
- 12/17/2024
- Point of Contact
- Rita ""KAY"" Brundage
- E-Mail Address
-
rita.brundage@usda.gov
(rita.brundage@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Modular Airborne Fire Fighting Systems (2nd Generation) (MAFFS II) Sustainability, Maintenance, and Coordination Services Delivery: 04/30/2026 Period of Performance: 05/01/2025 to 04/30/2030 The Department of Agriculture, U. S. Forest Service, Washington Office, has a requirement to�provide professional mechanic services . Work includes (but is not limited to) inspection,�maintenance, repair, inventory management, engineering support, training, and coordination�activities to ensure operational readiness for eight (8) Modular Airborne Fire Fighting Systems, second generation (MAFFS II), and associated ground equipment during the wildland fire�season and throughout the year. The contractor shall provide all personnel, tools, parts,�transportation, supplies, equipment, travel, supervision, management (unless otherwise�specified), operational sustainment, maintenance, training, and coordination activities for the�MAFFS II program in support of national wildland fire suppression efforts when primary air�resources are exhausted. The MAFFS II program shall respond 100% of the time, if activated,�with everything necessary to perform the work in accordance with the solicitation. Pursuant to Federal Acquisition Regulation�s Parts 12 and 13.�Quotes shall be due on or before the date stated on the SF-1449. The Forest Service is issuing the RFQ as a total small business set-aside.�The resulting contract will be a firm-fixed priced (FFP), indefinite-delivery, indefinite-quantity�(IDIQ) contract. Anticipated periods of performance are a twelve (12)-month base period and�four (4), twelve (12)-month option periods to be exercised at the Forest Service�s discretion. The�anticipated period of performance start date, for the base year, is 1 May 2025 through 30 April�2026.��The Forest Service will consider all responsible contractors who submit a timely quote that�conforms to the upcoming solicitation. Interested parties shall submit quotes through e-mail to�the Contracting Officer, Rita ""KAY"" Brundage, at Rita.brundage@usda.gov.�Any contractor interested in doing business with the Federal Government shall be registered�and active in the SAM.gov database prior to award of a contract. SAM.gov is a Federal Government owned and operated website which is FREE of charge and is located at�https://www.sam.gov/SAM/ All invoices for this procurement shall be submitted through the Department of Treasury�s�Internet Payment Platform (IPP). IPP is a Federal Government owned and operated website�which is FREE of charge and is located at www.IPP.gov. Interested contractors are responsible for monitoring SAM.gov for solicitation release and any�subsequent postings. For further information about the requirement, please contact Kay Brundage at�rita.brundage@usda.gov. � � �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b66d5794192047a594f7fcbc98222368/view)
- Place of Performance
- Address: Boise, ID 83705, USA
- Zip Code: 83705
- Country: USA
- Zip Code: 83705
- Record
- SN07255942-F 20241106/241104230059 (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 |