CONTRACT OPPORTUNITY

VIPR I-BPA for Heavy Equipment for West Zone Regions 5 and 6   2

Type: Solicitation • ID: 12569R23Q7000

DESCRIPTION

Posted: March 18, 2023, 2:13 p.m. EST
Maintenance Cycle #23-06 includes changes to clauses resulting from FAC 2023-02, effective 16 March 2023; to update the Faller Resume per CR0424, which corrects minor errors and adds a place for employee and employer signatures; and modifies section D13 for medical templates to remove "Roles and Responsibilities of Key Personnel" and revert to the "Contractor's Representative" language. (boj)
Posted: March 17, 2023, 5:14 p.m. EST
Posted: March 8, 2023, 11:54 p.m. EST
Posted: March 8, 2023, 12:27 a.m. EST
Posted: March 6, 2023, 12:32 p.m. EST
Posted: March 1, 2023, 11:23 a.m. EST
The Department of Agriculture (USDA), US Forest Service (USFS), ESB West Zone (Regions 5 and 6), anticipates soliciting quotes (RFQ) for Heavy Equipment (Dozers Type 1, Type 2, Type 3, Type 4, and Excavators Type 1, Type 2, Type 3, Type 4) for use during local, regional, and nationwide fire suppression and all-hazard incidents. Section D.2 within the solicitation will contain equipment details. 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. Optional awarded agreement use by Interagency Cooperators (subject to that agency?s payment and administrative terms). The resources may be used in the protection of lands, to include but not be limited to, severity, fire suppression, and all-hazard incidents. The USFS Equipment & Services Contracting Branch (ESB) in tandem with 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. RATES: Proposed rates should be based on up to a 16hr. Daily Shift and include all within B.2 -- PRICING AND ESTIMATED QUANTITY. Note: D.21.8.1 -- Rates of Payments. Payment will be at the rates specified in the agreement that is in effect at the time of the order. DISPATCH CENTER: Agreements will be competitively awarded within the Regional dispatch centers. Agreement intent and Government guidance is for Quoters to select the available dispatch center closest to their resource location in order 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/ SET-ASIDES: The agreement will be competitively awarded. The Government anticipates awarding multiple preseason Incident Blanket Purchase Agreements (I-BPAs) using a total Small Business set aside with further consideration per Section B.6 -- SOCIOECONOMIC STATUS ADVANTAGE APPLICABLE TO DPL RANKING. ****The solicitation will be issued using the Virtual Incident Procurement (VIPR) system**** 1) Vendors must have a valid e-mail address; all VIPR communications, to include rate negotiations, technical evaluations/photo uploads, and award notifications, are conducted via e-mail. 2) 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 3) Vendors must have active registration in the System for Award Management (SAM): https://sam.gov/content/entity-registration 4) Vendors are required to have a USDA Level 2 eAuthentication account that provides the ability to conduct official electronic business transactions. WILL NEED THIS TO CREATE A VIPR ACCOUNT. Information: https://www.eauth.usda.gov/eauth/b/usda/registration 5) Vendors must submit a quote electronically using the VIPR Vendor Application: https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d

OVERVIEW

Response Deadline
March 31, 2023, 2:00 p.m. EST Due in 9 Days
Posted
March 1, 2023, 11:23 a.m. EST (updated: March 18, 2023, 2:13 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$10 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
High
Vehicle Type
Blanket Purchase Agreement
On 3/1/23 USFS Region 9: Eastern Region issued Solicitation 12569R23Q7000 for VIPR I-BPA for Heavy Equipment for West Zone Regions 5 and 6 due 3/31/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 115310 (SBA Size Standard $10 Million) and PSC F003.
PRIMARY CONTACT
Name
Nathan Stampke   Profile
Phone
(458) 231-1180

DOCUMENTS

Posted Documents for Solicitation 12569R23Q7000

OPPORTUNITY LIFECYCLE

Procurement Notices Related to Solicitation 12569R23Q7000

POTENTIAL BIDDERS

Awardees that Have Won Contracts Similar to Solicitation 12569R23Q7000

SIMILAR ACTIVE OPPORTUNITIES

Open Contract Opportunities Similar to Solicitation 12569R23Q7000

ADDITIONAL DETAILS

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > FOREST SERVICE > USDA FOREST SERVICE
FPDS Organization Code
12C2-569R
Source Organization Code
100175759
Last Updated
March 18, 2023
Last Updated By
nathan.stampke@usda.gov
Archive Date
Oct. 13, 2028