Type 7 Slip-On Pump Units
ID: 12318724Q0381Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICEWASHINGTON, DC, 20250, USA

NAICS

Motor Vehicle Body Manufacturing (336211)

PSC

FIRE FIGHTING EQUIPMENT (4210)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The USDA Forest Service is seeking proposals for the procurement of 16 Type 7 Slip-On Pump Units, aimed at enhancing wildfire response capabilities in Regions 4 and 5. These self-contained firefighting systems must include a water tank, an auxiliary engine-driven pump, a fuel cell, hose reel, and control panel, with specific configurations required for the units, including 11 with 50-gallon tanks and 1 with a 125-gallon tank. The procurement is critical for improving firefighting resources and ensuring compliance with federal standards, with a delivery deadline set for September 30, 2025. Interested vendors must submit their proposals by September 12, 2024, and direct any inquiries to Sonya Jones at sonya.jones@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document lists the Point of Contacts (POCs) and delivery addresses for the procurement of Type 7 Slip-On Pump Units across various regions, specifically detailing the Forest Service areas. Each entry includes the name and phone number of two POCs associated with specific regions, as well as the corresponding delivery addresses. There are multiple entries for the Sierra region, indicating numerous delivery points and contacts. The delivery addresses span several states, including Idaho, Nevada, and California, which highlight the geographic distribution of the intended units. The document serves as a reference for contractors responding to federal Requests for Proposals (RFPs) related to these pump units, ensuring clear communication and efficient delivery logistics. Overall, it supports the procurement process by organizing essential contact and delivery information crucial for potential bidders in federal, state, and local RFP contexts.
    The document outlines a Request for Proposals (RFP) for the procurement of Type 7 Slip-On Pump Units by the Forest Service, specifying various configurations and delivery locations across multiple states. Each item requires a corresponding price, and the performance period is established as 365 days from order receipt. The specifications include units with either a 50 or 125-gallon capacity, featuring side or rear-facing control panels, and options for foam proportioning systems. Delivery points include locations in Idaho, California, Nevada, and one specific unit in Sparks, NV. The document serves as a formal invitation for vendors to bid on supplying these pump units essential for firefighting operations, adhering to defined specifications to ensure consistency and functionality in emergency services. The importance of these units is underscored by their role in enhancing firefighting capabilities across various forest service areas.
    The USDA Forest Service has issued a Request for Proposal (RFP) for the procurement of 16 Type 7 Slip-On Pump Units aimed at enhancing wildfire response capabilities in Regions 4 and 5. The units are to be self-contained firefighting systems featuring a water tank, an auxiliary engine-driven pump, a fuel cell, hose reel, and control panel, completing delivery by September 30, 2025. The proposal outlines the necessity for 11 units with 50-gallon water tanks, 4 units with 50-gallon tanks and foam proportioners, and 1 unit with a 125-gallon tank. Interested vendors must demonstrate expertise in the design and manufacture of such units, along with providing relevant certifications. A production schedule must be submitted post-receipt of the government-controlled chassis, with monthly updates required until delivery. The solicitation emphasizes the importance of supporting firefighting efforts and ensuring compliance with specified delivery locations and government standards. It incorporates various federal acquisition regulations and mandates registration in the System for Award Management (SAM) prior to the submission of proposals. The RFP reflects the USDA’s commitment to enhancing fire management resources while promoting small business participation, particularly through set-aside provisions.
    The document pertains to Amendment 0001 of Solicitation #12318724Q0381 for the procurement of Type 7 Slip-On Pump Units, issued by the USDA Forest Service. The amendment outlines the necessary acknowledgment procedures for contractors regarding its receipt and stipulates that offers should be modified through written or electronic means before the specified deadline. Key amendments include responses to vendor inquiries, where it clarifies that end mount units are required, and that vendors must demonstrate performance equivalence for proposed foam proportioner substitutions. It specifies that only painted surfaces affected by construction must be painted, while the aluminum frame and stainless plumbing do not require paint. Furthermore, it provides technical details regarding the specifications for discharge sizes and locations, specifically indicating a need for a 1 1/2-inch NH discharge and a 1-inch NPSH hose reel mounted on the frame. Overall, the purpose of this document is to ensure clarity on requirements and to facilitate a standardized understanding among prospective contractors in response to the amendment of the solicitation. The amendment aims to refine project specifications and maintain compliance with procurement protocols.
    The document is an amendment (0002) to solicitation number 12318724Q0381 for Type 7 Slip-On Pump Units, issued by the USDA Forest Service. It outlines key instructions for contractors regarding the acknowledgment of the amendment, clarifying that failure to acknowledge receipt by the specified deadline could result in rejection of their offers. The amendment’s primary purpose is to provide responses to vendor inquiries related to the solicitations, detailed in a Q&A format. Notable details include requirements regarding the mounting of the slip-on units to utility vehicles, dimensions (maximum of 78 inches long by 48 inches wide), and specifications for the firefighting units that must include a water storage tank, pump, fuel cell, and hose. Overall, the amendment serves to refine specifications and requirements for the procurement process, ensuring potential contractors clearly understand the needs and expectations for the slip-on pump units essential for firefighting operations. The document maintains the terms and conditions of the original solicitation, with modifications as specified.
    The "Slip-On Only Specification for Type 7 Fire Engine," issued by the U.S.D.A. Forest Service's National Technology and Development Program in March 2024, outlines the requirements for a self-contained slip-on firefighting unit. This document supersedes a version from November 2021, detailing essential specifications and components, including chassis requirements, firefighting equipment, water tank construction, and warranty provisions. The slip-on unit must support a water storage tank alongside a centrifugal pump and related apparatus, requiring a minimum Gross Vehicle Weight that varies by tank size. Key features include an auxiliary engine-driven pump with specific performance standards, valve labeling for operational clarity, and a foam proportioning system as an option. The water tank must be made from non-corrosive materials, with independent fabrication to meet safety standards. Details for user-friendly control panels and instructional plates are also described, ensuring operation accessibility. A ten-year warranty is mandated for equipment, alongside a lifetime warranty for the water tank. This specification aims to standardize quality and functionality for firefighting equipment used in federal, state, and local fire management efforts, thereby enhancing firefighting capabilities across jurisdictions.
    Lifecycle
    Title
    Type
    Type 7 Slip-On Pump Units
    Currently viewing
    Solicitation
    Similar Opportunities
    Fire Command Vehicle Build (Four Vehicles) - Eldorado National Forest
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide upfit services for four fire command vehicles intended for the Eldorado National Forest. The procurement requires contractors to deliver a technical proposal detailing their past performance and capabilities, alongside a price proposal for the specified vehicles, which will be transported for upfitting within a 250-mile radius of Placerville, California. This initiative is crucial for enhancing the operational readiness and safety of command vehicles used in fire management, adhering to stringent specifications for emergency lighting, siren systems, and radio installations. Interested parties must submit their proposals via email by August 14, 2024, and can direct inquiries to Aileen Fleming at aileen.fleming@usda.gov.
    GelFire Terra Torch
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the procurement of the GelFire Terra Torch GFS 75, along with necessary accessories, training, and delivery services. This solicitation is a total small business set-aside aimed at acquiring a ground ignition system that meets specific safety and operational standards for effective wildfire management. The GelFire Terra Torch is recognized as a sole-source option due to its compliance with National Wildfire Coordinating Group safety standards and its capacity to support extensive fire suppression efforts across large landscapes. Interested vendors must submit their quotes to Sarah Cotton at sarah.cotton@usda.gov by September 23, 2024, at 1700 MST, with all quotes valid for 60 days following submission.
    Self-Contained Breathing Apparatus (SCBA) Gear
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking quotes for the procurement of Self-Contained Breathing Apparatus (SCBA) gear under solicitation number 127EAT24Q0038. The objective is to replace and standardize SCBA equipment across all forests in the Pacific Southwest Region, enhancing safety and operational efficiency for firefighting efforts. This procurement is set aside for small businesses within the NAICS code 339999, and it includes a comprehensive list of SCBA items such as pack frames, masks, and air cylinders, with a contract period spanning from November 2024 to October 2029. Interested vendors must submit their proposals by email by September 19, 2024, at 2:00 PM Pacific Time, and can contact Michael Johnson at michael.c.johnson@usda.gov for further information.
    Polaris Ranger NorthStar Edition UTVs with Trade-in - El Dorado NF
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for the procurement of two Polaris Ranger NorthStar Edition Utility Task Vehicles (UTVs) for the El Dorado National Forest, with a trade-in of two older models. The procurement is set aside for total small businesses and requires the UTVs to meet specific performance and safety standards, including a 999cc engine, 82 horsepower, and various advanced features such as hydraulic disc brakes and electronic power steering. These vehicles are crucial for operational readiness in the national forest, enabling effective resource management and service delivery. Interested vendors must submit their proposals by the specified deadline and can contact Blaine Greenwalt at blaine.greenwalt@usda.gov for further information.
    USDA Forest Service Truck Toppers
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking proposals from qualified small businesses for the procurement of two insulated truck toppers designed for seedling transport. The specifications for these toppers include composite sandwich core construction with R12 high-density foam, a steel rear door frame with heavy-duty hinges, and a design that fits within an 8-foot truck bed while allowing rear hatch functionality. This procurement is crucial for ensuring reliable transport solutions in agricultural and environmental contexts, aligning with the agency's operational needs. Proposals are due by September 19, 2024, and interested parties should direct inquiries to Stevie Fehrs at stevie.fehrs@usda.gov or JoAnne Meiers at joanne.meiers@usda.gov.
    P-23 Fire Truck Engine Replacement Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for P-23 Fire Truck Engine Replacement Services through a Request for Quotation (RFQ) under solicitation number W50S72-24-Q-7209. The contractor will be responsible for providing all necessary personnel, equipment, and materials to replace the 8V92TA Detroit diesel engine within a 150-day timeframe, ensuring the fire truck's operational readiness, including water pumping capabilities. This procurement is critical for maintaining emergency response capabilities and is set aside exclusively for small businesses, with a firm-fixed price contract to be awarded based on the lowest responsive quote. Interested vendors must submit their proposals, including a completed Vendor Information Sheet and product specifications, by the deadline of September 12, 2024, and can direct inquiries to Capt. Allison Harbit at allison.harbit@us.af.mil or Mark A. Crombie at mark.crombie.1@us.af.mil.
    PKC - Water Pump Gearbox Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a brand-new Water Pump Gearbox Assembly for the P-34 Rapid Intervention Vehicle (RIV) firefighting truck. The requirement is for a specific assembly manufactured by Hale Pumps, identified by part number HAL Part 501-00024-010-50, which is exclusively designed for this vehicle, making it a single-source procurement. This solicitation is set aside for small businesses and emphasizes the importance of compliance with the Statement of Need, with quotes due by September 18, 2024. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Brian DuQuette or Ms. Maekyla Rosendo for further details.
    J--Fire Engine Motor Replacement-Desert NWR, NV
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the replacement of the motor on fire engine 8262, a 2016 Ford F550, at the Desert National Wildlife Refuge in Nevada. The urgency of this procurement arises from the critical need for the fire engine to be operational for emergency response, particularly with the upcoming fire season. Rush Truck Centers has been identified as the only local vendor capable of performing the necessary repairs in a timely manner, as they have already begun troubleshooting the engine and possess certified Ford ASE mechanics. Interested parties may submit capability statements to Darla Freyholtz Ballard at darlafreyholtzballard@fws.gov within ten calendar days of this notice, with the contract period of performance set from September 20, 2024, to November 1, 2024.
    Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services
    Active
    Agriculture, Department Of
    Presolicitation AGRICULTURE, DEPARTMENT OF FOREST SERVICE is seeking Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services in Boise, ID, USA. The service is typically used for inspection, maintenance, repair, inventory management, engineering support, training, and coordination activities to ensure operational readiness for eight (8) Modular Airborne Fire Fighting Systems, second generation (MAFFS II), and associated ground equipment during the wildland fire season and throughout the year. The anticipated response date is 31 March 2024 at 1400 MT. The set aside code is Total Small Business Set-Aside (FAR 19.5). The NAICS code is 488190 – Other Support Activates for Air Transportation. The small business size standard is $40 Million. The Forest Service intends to issue a request for quotes (RFQ) on or around 1 March 2024. The resulting contract will be a firm-fixed priced (FFP), indefinite-delivery, indefinite-quantity (IDIQ) contract with a twelve (12)-month base period and four (4), twelve (12)-month option periods. Interested parties shall submit quotes through e-mail to the Contracting Officer, Gwen Boyle, at Gwendolynn.Boyle@usda.gov. Contractors must be registered and active in the SAM.gov database prior to contract award. All invoices for this procurement shall be submitted through the Department of Treasury’s Internet Payment Platform (IPP). For further information, please contact Gwen Boyle at Gwendolynn.Boyle@usda.gov.
    Mini Excavator for Plumas National Forest
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the procurement of a Mini Excavator weighing no more than 4,500 lbs for use in the Plumas National Forest. The requirements include specific attachments such as a 10” bucket, thumb, and a 9” auger, which are essential for forestry operations. This procurement reflects the government's commitment to enhancing its equipment capabilities while promoting small business participation, as the solicitation is set aside for small businesses under the NAICS code 336991. Interested parties must submit their proposals, including technical and price details, by September 23, 2024, and can direct inquiries to Aileen Fleming at aileen.fleming@usda.gov.