Search Contract Opportunities

VIPR I-BPA for Heavy Equipment for Region 1 - Northern Region

ID: 12034320Q7008 • Type: Synopsis Solicitation

Description

Posted: March 31, 2020, 4:30 p.m. EDT
The following amendments are made to this solicitation: 1) D.6.2 (c)(2) second sentence is amended to read: The price will be based on the daily rate plus transport guarantee, with the lowest price being ranked highest on the dispatch list. 2) Due the 2020 COVID 19 Federal and State declarations, the annual RT130 Fireline Refresher requirement may have changed. Changes to this and other annual training requirements are listed on the NRCG website here: https://gacc.nifc.gov/nrcc/dispatch/equipment_supplies/agree-contract/agree-contract.htm. This amendment/modification is applicable to the 2020 fire season only and will expire on December 31, 2020. The solicitation close date is extended to Friday April 3, 2020 at 16:30 to allow for the consideration and resubmittal of offers due to the amended requirement. The pre-award submittal due date of April 7 has not been changed. See D.16 for submittal information.
Posted: Feb. 11, 2020, 12:45 a.m. EST
Posted: Feb. 8, 2020, 12:29 a.m. EST

The USDA Forest Service, Northern Region is soliciting quotes for dozers, excavators, and standalone transports for use during local, Regional, and Nationwide fire suppression and all-hazard incidents. 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.
NOTICE TO VENDORS:
THE GOVERNMENT ESTIMATE IS REFLECTIVE OF CURRENT MARKET VALUE. THE GOVERNMENT ALSO INTENDS TO AWARD TRANSPORT DAILY GUARANTEE FOR HEAVY EQUIPMENT AT THE MINIMUM REQUIRED TRANSPORT LEVEL FOR THAT PIECE OF EQUIPMENT, I.E. A TYPE 3 DOZER MAY ONLY REQUIRE A TYPE 3 OR 2 TRANSPORT DEPENDING ON THE WEIGHT.
THE DISPATCH PRIORITY LIST IS ESTABLISHED AFTER AWARD; RESOURCES ARE PLACED ON THE DPL BASED ON THE EQUATION ATTRIBUTES / (DAILY RATE + TRANSPORT DAILY GUARANTEE). THE DAILY RATE IS REDUCED 5 PERCENT FOR THOSE COMPANIES WHO CURRENTLY ARE HUBZONE CERTIFIED OR ARE A SDVOSB.
This is a total Small Business set aside under NAICS 115310 with further consideration for HUBZone small business and Service Disabled Veteran Owned small business (SDVOSB).
The solicitation will be issued using the Virtual Incident Procurement (VIPR) system. 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.
1) Vendors must have a valid e-mail address; all VIPR communications are conducted via e-mail.
2) Vendors must have a valid DUNS Number. Request a free DUNS Number from Dun and Bradstreet on the web at https://iupdate.dnb.com/iUpdate/companylookup.htm.
3) Vendors must be current in the System for Award Management (SAM) as stated in the solicitation. Vendors can access SAM at https://www.sam.gov/. This system has replaced the systems formerly known as CCR and ORCA.
4) Vendors are required to have a USDA Level 2 eAuthentication account that provides the ability to conduct official electronic business transactions. Information is available on the web at http://www.fs.fed.us/business/incident/eauth.php
5) Vendors must make offer in response using the VIPR Vendor Application; http://www.fs.fed.us/business/incident/vendorapp.php. See the VIPR Vendor Helps page at http://www.fs.fed.us/business/incident/vendorapp.php. or contact the VIPR Helpdesk at 1-866-224-7677.
6) See D 02 of the solicitation for Equipment Requirements and D 16 of the solicitation for vendor inspection and submittal requirements
The Government expects to award multiple Agreements resulting from this solicitation; reasonable price, technically acceptable, and past performance dependability risk are the factors used to evaluate quotes. See B.3 and E 2 for complete Basis of Award information.
This solicitation will be available electronically only and will be posted to the betaSam.gov on orr about February 6, 2020. Electronic responses must be transmitted in the VIPR Vendor Application by 16:30 P.M. MDT, March 31, 2020.
Pre-proposal meetings will be held, see C.11 for location and time. Information about this and other solicitations in the Northern Rockies is posted on the Northern Rockies Coordinating Group website at http://www.fs.fed.us/r1/fire/nrcg/.
We are experiencing intermittent problems with VIPR uploading the solicitation. The solicitation will be available in the VIPR Vendor Application as well as posted in .pdf document in betaSam.gov.

Overview

Response Deadline
April 3, 2020, 12:00 a.m. EDT (original: March 31, 2020, 6:30 p.m. EDT) Past Due
Posted
Feb. 8, 2020, 12:29 a.m. EST (updated: March 31, 2020, 4:30 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Missoula, MT 59808 United States
Source
SAM

Current SBA Size Standard
$11.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
On 2/8/20 Forest Service issued Synopsis Solicitation 12034320Q7008 for VIPR I-BPA for Heavy Equipment for Region 1 - Northern Region due 4/3/20. The opportunity was issued with a Small Business (SBA) set aside with NAICS 115310 (SBA Size Standard $11.5 Million) and PSC F.
Primary Contact
Name
Debby Wesselius   Profile
Phone
(406) 829-7350

Documents

Posted documents for Synopsis Solicitation 12034320Q7008

Question & Answer

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 12034320Q7008

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 12034320Q7008

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 12034320Q7008

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > FOREST SERVICE > Regional Office, R1
FPDS Organization Code
12C2-0343
Source Organization Code
100162167
Last Updated
April 15, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 15, 2020