Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 19, 2021 SAM #7022
SOLICITATION NOTICE

F -- VIPR I-BPA for East ESB Zone Heavy Equipment Task Force (HETF) for Region 1 and Region 4 ONLY

Notice Date
2/17/2021 6:39:54 AM
 
Notice Type
Presolicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
INCIDENT PROCUREMENT EQUIP & SVC BR Boise ID 837055354 USA
 
ZIP Code
837055354
 
Solicitation Number
1202SB21Q7008
 
Response Due
3/31/2021 7:00:00 PM
 
Archive Date
04/15/2021
 
Point of Contact
Kimberly Luft, Phone: 7204678317
 
E-Mail Address
kimberly.luft@usda.gov
(kimberly.luft@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Department of Agriculture (USDA), US Forest Service (USFS), ESB East Zone (Regions 1 and 4), anticipate soliciting quotes (RFQ) for a consolidated requirement of Heavy Equipment Task Force (HETF) for use during Local, Regional, and nationwide fire suppression and all-hazard incidents. The HETF will consist of one (1) Job Site Foreman with 4-wheel drive transportation, one leveling Feller Buncher, one rubber tired Skidder, one Type II Dozer equipped with a 6 way blade (PAT) or manual angle with hydraulic tilt, one drop tank Skidgine or Pumpercat that can also skid logs, and all transportation required to move entire HETF ordered equipment to and from a wildland fire incident. In addition a second Feller Buncher, an Excavator, or a Boom Mounted Masticator may be ordered as options within the HETF agreements. 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. The resources may be used in the protection of lands, to include but not be limited to, severity, fire suppression and all-hazard incidents. RATES: Proposed rates should be based on up to a 16hr. Daily Shift and include all within B.2 -- PRICING AND ESTIMATED QUANTITY. Note transportation requirements within solicitation. DISPATCH CENTER: Agreements will be competitively awarded within the hosting R1 and R4 Regional dispatch centers. Map link: https://www.nifc.gov/nicc/ INSPECTIONS: Pre-award inspections will not be conducted. Please see technical quote submittal requirements listed in SECTION E -- SOLICITATION PROVISIONS; E.1 -- INSTRUCTIONS TO OFFERORS. SET-ASIDES: The agreements 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 Government will award enough I-BPAs to cover their foreseeable need for HETF in Regions 1 & 4. NOTE: 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 and award notification, are conducted via e-mail. 2) Vendors must have a valid DUNS Number. Request a free DUNS Number from https://iupdate.dnb.com/iUpdate/companylookup.htm. 3) Vendors must have active registration in the System for Award Management (SAM): https://www.sam.gov/SAM/. 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.fs.fed.us/business/incident/eauth.php. 5) Vendors must submit a quote electronically using the VIPR Vendor Application: http://www.fs.fed.us/business/incident/vendorapp.php Technical Quote portion will require separate email of supporting tech documents to Government's designated email address within the solicitation. Tech Review Checklists can be found here: https://www.fs.usda.gov/managing-land/fire/contracting
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/712d8b3c917e4604848140b2ed789721/view)
 
Record
SN05918690-F 20210219/210217230107 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.