Search Contract Opportunities

US Forest Service (USFS) RFQ for Tent Systems for use during Fire Suppression, All-hazard Incidents, and RX Project Work   2

ID: 1202SB24Q0002 • Type: Presolicitation
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: May 17, 2024, 12:31 p.m. EDT

The Department of Agriculture (USDA) US Forest Service (USFS) is soliciting quotes (RFQ) for Tent Systems for use during local, regional, and nationwide fire suppression, all-hazard incidents, and RX Project Work. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAR FAC 2024-04, effective date of May 1, 2024. Anticipate Solicitation posting within 7-10 days of synopsis publication. Forecast hosting Vendor pre-quote meeting the first week of June.

The Government anticipates awarding multiple preseason Incident Blanket Purchase Agreements (I-BPAs) using a total Small Business set aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 115310, with a small business size standard of $34M.

The US Forest Service (USFS) Wildland Fire Program has an immediate need for tent systems defined as fully enclosed areas for multi-use facilities, including but not limited to: office spaces, meeting rooms, storage for supplies, electronics, food, and accommodation for personnel and first aid/medical facilities. The term tent system is synonymous with yurt. In addition, a tent system requires insulated walls, insulated ceiling, flooring, lighting, a temperature control system and an adequate power and distribution system to meet the requirement provided within the solicitation.

Contractors are 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. Any awarded agreement may be ordered off of by the USFS Interagency Cooperators (DOI, NPS, BIA, State etc.) and those orders are subject to that agency's payment and administrative terms.

Rates will be based on a daily rate unless otherwise noted. Vendor must quote all tent systems (Type 1 through Type 4) to be considered a responsible quote for consideration. No photo submittals or pre-award inspections will be conducted as part of the quote and award process.

RATES:
Type 1 Tent System - 1001-1300 square feet (example 23' x 60')
Type 2 Tent System - 701-1000 square feet (example 23' x 42')
Type 3 Tent System - 501-700 square feet (example 19' x 35')
Type 4 Tent System - 200-500 square feet (example 20' x 20', 20' octagon)
Mileage per mile and based on transport of minimum 5 each tent systems per load
Relocation Fee* - per tent system based on Type (Type 1 through Type 4)
Optional Items:
Vestibule Connector - completely enclosed with floor, walls and ceiling and mounts
Screen (External) Walls - mesh screen wall panel that replaces standard side walls
Divider (Internal) Walls - including zipper doorways and mounting brackets
Additional external doors with required mounting brackets
*Relocation means moving (teardown and setup up) an entire tent system from one physical location to another, moving panels or doors does not constitute relocation.

Agreements will be competitively awarded within the advertised and available Geographic Area.

GEOGRAPHIC AREA - A boundary designated by wildland fire protection government agencies for interagency, intergovernmental planning, coordination, and operations for the effective use of emergency management resources within their area. There are ten Geographic Area Coordination Centers (GACCs), with Alaska Interagency Coordination Center (AICC) not participating in this acquisition. GACC Map: https://gacc.nifc.gov/
Eastern Area Coordination Center (EACC) - Minnesota, Iowa, Illinois, Ohio, West Virginia, Pennsylvania, Maryland, Rhode Island, New York, Vermont, Connecticut, Massachusetts, New Hampshire, Maine, and New Jersey
Great Basin Coordination Center (GBCC) - Nevada, Utah, Western Wyoming and Idaho
Northern California Coordination Center (ONCC) Northern California
Northern Rockies Coordination Center (NRCC) - Montana and Northern Idaho
Northwest Area Coordination Center (NWCC) - Oregon and Washington
Rocky Mountain Area Coordination Center (RMCC) - Colorado, Wyoming, South Dakota, Nebraska & Kansas
Southern Area Coordination Center (SACC) - Oklahoma, Texas, Arkansas, Louisiana, Kentucky, Virginia, Tennessee, North Carolina, South Carolina, Georgia, Alabama, Mississippi, and Florida
Southern California Coordination Center (OSCC) Southern California
Southwest Area Coordination Center (SWCC) - Arizona and New Mexico

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

Vendors must have active registration in the System for Award Management (SAM): https://sam.gov/content/entity-registration

Posted: May 16, 2024, 2:47 p.m. EDT

Overview

Response Deadline
June 10, 2024, 7:00 p.m. EDT Past Due
Posted
May 16, 2024, 2:47 p.m. EDT (updated: May 17, 2024, 12:31 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Lakewood, CO United States
Source
SAM

Current SBA Size Standard
$11.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$500,000 - $5,000,000 (AI estimate)
Odds of Award
84%
Vehicle Type
Blanket Purchase Agreement
On 5/16/24 Forest Service issued Presolicitation 1202SB24Q0002 for US Forest Service (USFS) RFQ for Tent Systems for use during Fire Suppression, All-hazard Incidents, and RX Project Work due 6/10/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 115310 (SBA Size Standard $11.5 Million) and PSC F003.
Primary Contact
Name
Kimberly Luft   Profile
Phone
None

Secondary Contact

Name
Jeffrey Gardner   Profile
Phone
None

Documents

Posted documents for Presolicitation 1202SB24Q0002

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation 1202SB24Q0002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 1202SB24Q0002

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 1202SB24Q0002

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > FOREST SERVICE > INCIDENT PROCUREMENT EQUIP & SVC BR
FPDS Organization Code
12C2-1202SB
Source Organization Code
500168736
Last Updated
June 25, 2024
Last Updated By
kimberly.luft@usda.gov
Archive Date
June 25, 2024