Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2012 FBO #4005
MODIFICATION

F -- VIPR I-BPA for Water Handling for Regions 2 and 4 - Rocky Mountain and Intermountain Regions

Notice Date
11/9/2012
 
Notice Type
Modification/Amendment
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Region 4, Regional Office
 
ZIP Code
00000
 
Solicitation Number
AG-84M8-S-13-7002
 
Response Due
1/18/2013
 
Archive Date
2/2/2013
 
Point of Contact
Sue Huston, 8016255811, shuston@fs.fed.us, Region 4, Regional Office, 324 25th Street, Ogden, Utah, 84401;Sierra Hellstrom, 8016255764, srhellstrom@fs.fed.us, Region 4 Regional Office, 324 25th Street, Ogden, Utah, 84401
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA Forest Service, Rocky Mountain and Intermountain Regions (Regions 2 and 4), are soliciting quotes (RFQ) for Water Handling equipment Engines(Type 3 through 6) and Support Water Tenders (Type 1, 2, 3) for use during local, Regional, and Nationwide fire suppression and all-hazard incidents. These agreements will be used by Federal and possibly State Agencies located within the Rocky Mountain and Intermountain (Great Basin) Regions. These areas consist primarily of the following locations: Wyoming, Colorado, South Dakota, Nebraska, Kansas, Utah, Idaho (south of the Salmon River), Arizona (Arizona Strip District), Nevada and part of the Humboldt-Toiyabe National Forest in California, and the portion of Lake Mead National Recreation Area in Arizona and communities adjacent thereto. 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. The Agreements will be competitively awarded within Regions 2 and 4. The Government anticipates awarding multiple Incident Blanket Purchase Agreements (I-BPA) using set asides for: Standard Small Businesses as defined under NAICS 115310. The Small Business size standard is $17.5 million. 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 at: http://www.fs.fed.us/business/incident/vipr.php. Dispatch Centers: R-2 - http://gacc/nifc.gov/rmcc/index_map.html R-4 - http://gacc.nifc.gov/egbc/logistics/docs/GBdispatchboundaries.jpg The SOLICITATION will be available electronically only and will be posted to the FedBizOpps website at https://www.fbo.gov on or about November 19, 2012. Electronic responses must be transmitted in the VIPR Vendor Application by 16:00P.M. MST, on January 18, 2013. NO PAPER COPIES WILL BE ISSUED AND NO TELEPHONE REQUESTS FOR THE SOLICITATION WILL BE ACCEPTED; this is an ALL electronic process.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/84M8/AG-84M8-S-13-7002/listing.html)
 
Record
SN02929060-W 20121111/121109234348-1ccc940353ac0bd7c6ef1c1ef0000b25 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.