Search Contract Opportunities

VIPR I-BPA for Potable & Gray Water Truck/Handwashing Station (Trailer Mounted) for Region 3, 5, and 6   2

ID: 1202SB21Q7009 • Type: Solicitation

Description

Posted: Nov. 9, 2023, 4:03 p.m. EST
The purpose of Amendment 0004 is to: 1) Extend the closing date of this Solicitation. All Pricing and Technical Quotes shall be received on or before but no later than April 7th at 14:00 PDT.
Posted: March 31, 2021, 12:40 p.m. EDT
Posted: March 31, 2021, 12:58 a.m. EDT
Posted: March 16, 2021, 1:08 a.m. EDT
Posted: March 1, 2021, 5:08 p.m. EST
Posted: March 1, 2021, 4:42 p.m. EST
Posted: Feb. 19, 2021, 1:12 p.m. EST
Posted: Feb. 18, 2021, 5:34 p.m. EST
The Department of Agriculture (USDA), US Forest Service (USFS), Southwest Region (Region 3), Pacific Southwest Region (Region 5), and Pacific Northwest Region (Region 6), are soliciting quotes (RFQ) for Potable Water Truck, Gray Water Truck, and Trailer Mounted Handwash Station services for use during Local, Regional, and nationwide fire suppression and all-hazard incidents. 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 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. RATES: Proposed rates should be based on up to a 16hr. Daily Shift and include all within B.2 -- PRICING AND ESTIMATED QUANTITY. 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/ 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; 52.212-1 -- Instructions to Offerors -- Commercial Items. Failure to submit a technical quote package for review according to the instructions within the solicitation will result in non-award. 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 for SDVOSB & HUBzone. See 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 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. Information: https://www.fs.fed.us/business/incident/eauth.php. Fraudulent Level 2 eAuthentication accounts will be handled by the USDA Office of Inspector General (OIG) and/or the Forest Service?s Law Enforcement and Investigations Division (LEI). 5) Vendors must submit a quote electronically using the VIPR Vendor Application: http://www.fs.fed.us/business/incident/vendorapp.php.

Overview

Response Deadline
April 7, 2021, 5:00 p.m. EDT (original: March 31, 2021, 5:00 p.m. EDT) Past Due
Posted
Feb. 18, 2021, 5:34 p.m. EST (updated: Nov. 9, 2023, 4:03 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$11.5 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 2/18/21 Forest Service issued Solicitation 1202SB21Q7009 for VIPR I-BPA for Potable & Gray Water Truck/Handwashing Station (Trailer Mounted) for Region 3, 5, and 6 due 4/7/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 115310 (SBA Size Standard $11.5 Million) and PSC F003.
Primary Contact
Name
Craig Ericson   Profile
Phone
(530) 559-6264

Documents

Posted documents for Solicitation 1202SB21Q7009

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 1202SB21Q7009

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 1202SB21Q7009

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 1202SB21Q7009

Similar Active Opportunities

Open contract opportunities similar to Solicitation 1202SB21Q7009

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > FOREST SERVICE > INCIDENT PROCUREMENT EQUIP & SVC BR
FPDS Organization Code
12C2-1202SB
Source Organization Code
500168736
Last Updated
Nov. 9, 2023
Last Updated By
brandy.jiron@usda.gov
Archive Date
Sept. 30, 2025