CONTRACT OPPORTUNITY

VIPR I-BPA for VIPR I-BPA For Vehicle with Driver (Regions 5 & 6 - West Zone)   2

Type: Solicitation • ID: 12569R23Q7003

DESCRIPTION

Posted: March 21, 2023, 12:42 p.m. EST
Amendment 0004: Is to include the following language within Exhibit I - Region 6 MOU Training Provider, Region 6 MOU Records Verification Provider; Exhibit L - Region 6 Boundary Map; and Exhibit H - Hands On Inspection Language.
Posted: March 18, 2023, 2:02 p.m. EST
Posted: March 17, 2023, 5:01 p.m. EST
Posted: March 8, 2023, 11:29 p.m. EST
Posted: March 8, 2023, 12:26 a.m. EST
Posted: March 2, 2023, 7:48 p.m. EST
The Department of Agriculture (USDA), US Forest Service (USFS), ESB West Zone (Regions 5 & 6), anticipates soliciting quotes (RFQ) for Vehicle with Driver. Please Note: categories may differ by Region (Region 5: Pickup Type 1, Type 2 & Type 3 and Stakeside Type 1 and Type 2) (Region 6: Pickup Type 1, Type 2, & Type 3; Stakeside Type 1 and Type 2; Passenger Van - shall not exceed 9 passengers; and Sport Utility Vehicle Type 1 and Type 2) 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 Zoned dispatch centers identified. 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, 2:30 p.m. EST Due in 4 Days
Posted
March 2, 2023, 7:48 p.m. EST (updated: March 21, 2023, 12:42 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$16.5 Million
Evaluation Criteria
Best Value
Est. Level of Competition
High
On 3/2/23 USFS Region 9: Eastern Region issued Solicitation 12569R23Q7003 for VIPR I-BPA for VIPR I-BPA For Vehicle with Driver (Regions 5 & 6 - West Zone) due 3/31/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 485999 (SBA Size Standard $16.5 Million) and PSC F003.
PRIMARY CONTACT
Name
RaShauna Workman   Profile
Phone
(208) 296-8375

DOCUMENTS

Posted Documents for Solicitation 12569R23Q7003

OPPORTUNITY LIFECYCLE

Procurement Notices Related to Solicitation 12569R23Q7003

POTENTIAL BIDDERS

Awardees that Have Won Contracts Similar to Solicitation 12569R23Q7003

SIMILAR ACTIVE OPPORTUNITIES

Open Contract Opportunities Similar to Solicitation 12569R23Q7003

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 21, 2023
Last Updated By
rashauna.workman@usda.gov
Archive Date
Dec. 31, 2028