1202SC22T2304
Indefinite Delivery Contract
Overview
Government Description
FIRESTORM WILDLAND FIRE SUPPRESSION INC. - NATIONAL TYPE 2IA FIREFIGHTER CREWS
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$167,020,000 (30% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: California 96002 United States.
Incumbent Based on the size of recent awards, Firestorm Wildland Fire Suppression may exceed the set-aside threshold of $11.5 million for NAICS 115310 in the event of a recompete
Amendment Since initial award the Vehicle Ceiling has increased 602% from $23,800,000 to $167,020,000.
Incumbent Based on the size of recent awards, Firestorm Wildland Fire Suppression may exceed the set-aside threshold of $11.5 million for NAICS 115310 in the event of a recompete
Amendment Since initial award the Vehicle Ceiling has increased 602% from $23,800,000 to $167,020,000.
Firestorm Wildland Fire Suppression was awarded
Indefinite Delivery Contract 1202SC22T2304 (1202SC-22-T-2304)
by
National Interagency Fire Center
for Firestorm Wildland Fire Suppression Inc. - National Type 2Ia Firefighter Crews
in February 2022.
The IDC
has a duration of 5 years and
was awarded
through solicitation National Type 2-IA (Initial Attack) Firefighter Crews
with a Small Business Total set aside
with
NAICS 115310 and
PSC F003
via direct negotiation acquisition procedures with 16 bids received.
To date, $49,442,273 has been obligated through this vehicle with a potential value of all existing task orders of $49,923,814.
The total ceiling is $167,020,000, of which 30% has been used.
As of today, the IDC has a total reported backlog of $481,542.
The vehicle was awarded through National Type 2-IA (Initial Attack) Firefighter Crews 2022.
Status
(Open)
Modified 1/28/25
Period of Performance
2/7/22
Start Date
2/7/27
Ordering Period End Date
Task Order Obligations and Backlog
$49.4M
Total Obligated
$49.4M
Current Award
$49.9M
Potential Award
$0.0
Funded Backlog
$481.5K
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
1202SC22T2304
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under 1202SC22T2304
$-
Contracts
$-
Subcontracts
$-
Grants
$-
Subgrants
$-
Total
No Results
Calculating
Calculating
No Results
Calculating
Calculating
No Results
Calculating
Calculating
| Year | Contracts | Subcontracts | Grants | Subgrants |
|---|
No Results
Calculating
Calculating
No Results
Calculating
Calculating
Contract Awards
Prime task orders awarded under 1202SC22T2304
Subcontract Awards
Disclosed subcontracts for 1202SC22T2304
Opportunity Lifecycle
Procurement history for 1202SC22T2304
Transaction History
Modifications to 1202SC22T2304
People
Suggested agency contacts for 1202SC22T2304
Competition
Number of Bidders
16
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
Awardee UEI
DXD7V2APBR38
Awardee CAGE
3FQ00
Agency Detail
Awarding Office
1202SC USDA-FS, INCIDENT PROCUREMENT LOGISTICS
Funding Office
12024B USDA FOREST SERVICE
Created By
bpitchford@fs.fed.us
Last Modified By
bpitchford@fs.fed.us
Approved By
bpitchford@fs.fed.us
Legislative
Legislative Mandates
Labor Standards
Awardee District
CA-01
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Doug LaMalfa
Last Modified: 1/28/25