Search Contract Opportunities

VIPR I-BPA for Clerical Support Unit for Region 13 - National   2

ID: 12024B20Q7002 • Type: Synopsis Solicitation • Match:  90%
Opportunity 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

The USDA Forest Service is soliciting quotes (RFQ) for Clerical Support Trailer Units for use on a local, regional and nationwide basis for fire suppression and all-hazard incidents. The Contractor is responsible for all equipment, transportation to/from incident, and setup/take down necessary to meet or exceed the Agreement specifications. The resources may be used on fire suppression and all-hazard incidents. The Incident Commander or responsible Government Representative is authorized to administer the technical aspects of this agreement.

A single, national solicitation will be issued to obtain these services. This solicitation will be issued using the Virtual Incident Procurement (VIPR) System. To use VIPR you must have access to a computer and the internet. Basic information you will need to be aware of to participate in this solicitation is located on the web at http:www.fs.fed.us/business/incident/vendorapp.php

The Agreement will be competitively awarded by Dispatch Centers throughout the Nation. The Government anticipates awarding multiple Incident Blanket Purchase Agreement (I-BPA) using set aside for Small Businesses as defined under NAICS 561439. The Small Business size standard is $15.0 million. NAICS must be registered in SAM to validate business status.

Note: Agreements from this solicitation will potentially be awarded only at the following host dispatch locations by Region:
Region 1: Two dispatch centers will host:
MT-BDC (Billings Dispatch Center) Billings, MT.
MT-MDC (Missoula Interagency Dispatch Center) Missoula, MT.
Region 2: Any Dispatch Center excluding the GACC (Geographic Area Coordination Center)
CO-RMC (Rocky Mountain Area Coordination Center) Lakewood, CO.
Region 3: Any Dispatch Center excluding the GACC (Geographic Area Coordination Center)
NM-SWC (Southwest Area Coordination Center) Albuquerque, NM.
Region 4: Three dispatch centers will host:
ID-BDC (Boise Interagency Logistics Center) Boise, ID.
NV-SFC (Sierra Front Interagency Dispatch Center) Minden, NV.
UT-NUC (Northern Utah Interagency Fire Center) Salt Lake City, UT.
Region 5: Two dispatch centers will host:
CA-ONCC (Operations, Northern California) Redding, CA.
CA-OSCC (Southern California Geographic Coordination Center) Riverside, CA.
Region 6: One dispatch center will host:
OR-COC (Central Oregon Interagency Dispatch Center) Prineville, OR.

All vendors will be awarded, ranked, and dispatch priority list (DPL) will be generated by this host unit list. No other dispatch centers will be offered or accepted at this time. More information on the dispatch centers can be found at: http://www.fs.fed.us/business/incident/dispatchlookup.php.

Additionally, for each trailer unit that is to be offered the vendor shall provide a valid VIN (vehicle identification number).

The solicitation will be issued using the Virtual Incident Procurement (VIPR) system; to use VIPR you must have access to a computer with internet capabilities. Basic information about the VIPR system and a Vendor User Guide is located on the web at http://www.fs.fed.us/business/incident/vipr.php
The solicitation will be available electronically only and will be posted to the beta.SAM.gov website at https://beta.sam.gov on or about February 4, 2020.
Electronic responses must be transmitted in the VIPR Vendor Application no later than 4:00PM Mountain Standard Time on February 19, 2020. NO PAPER COPIES WILL BE ISSUED OR ACCEPTED AND NO TELEPHONE REQUESTS FOR THE SOLICITATION WILL BE ACCEPTED; THIS IS AN ALL ELECTRONIC PROCESS

Overview

Response Deadline
Feb. 19, 2020, 6:00 p.m. EST Past Due
Posted
Feb. 7, 2020, 1:37 a.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Boise, ID 83705 United States
Source

Current SBA Size Standard
$26.5 Million
Est. Level of Competition
High
Vehicle Type
Blanket Purchase Agreement
On 2/7/20 National Interagency Fire Center issued Synopsis Solicitation 12024B20Q7002 for VIPR I-BPA for Clerical Support Unit for Region 13 - National due 2/19/20. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561439 (SBA Size Standard $26.5 Million) and PSC F003.
Primary Contact
Name
Tonya M. Campbell   Profile
Phone
(208) 387-5347

Documents

Posted documents for Synopsis Solicitation 12024B20Q7002

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 12024B20Q7002

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 12024B20Q7002

Protests

GAO protests filed for Synopsis Solicitation 12024B20Q7002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 12024B20Q7002

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 12024B20Q7002

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > FOREST SERVICE > USDA FOREST SERVICE
FPDS Organization Code
12C2-024B
Source Organization Code
100178109
Last Updated
March 5, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
March 5, 2020