Request for Information - VIPR 2025 IBPA Clerical Support Unit - Region 13 National Zone
Type: Special Notice
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICEBOISE, ID, 83705, USA

NAICS

Other Business Service Centers (including Copy Shops) (561439)

PSC

MISCELLANEOUS PRINTED MATTER (7690)

Set Aside

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

    The Department of Agriculture, specifically the USDA Forest Service, is seeking feedback on a draft solicitation for the VIPR 2025 IBPA Clerical Support Unit in Region 13 National Zone. This initiative aims to establish Blanket Purchase Agreements (BPAs) for Clerical Support Units that will assist in fire suppression and all-hazard incidents across the nation, requiring contractors to provide self-contained units capable of significant printing and scanning output under challenging conditions. The agreements are crucial for ensuring operational readiness during emergency responses, with a focus on safety, compliance, and the provision of trained personnel. Interested parties are encouraged to submit their feedback by November 1, 2024, to the primary contact, Jill Leguineche, at amanda.leguineche@usda.gov or by phone at 208-387-5357.

    Files
    Title
    Posted
    This solicitation aims to establish Blanket Purchase Agreements (BPAs) for the provision of Clerical Support Units to aid in fire suppression and all-hazard incidents nationwide. The agreements are intended for use by multiple state and federal wildland fire agencies and will require contractors to supply self-contained units equipped to produce significant printing and scanning output under challenging conditions. The contractors must include equipment and resources for daily operations, with an emphasis on safety and compliance. The agreements will be evaluated based on operational acceptability, price correctness, and past performance reliability. Small businesses are prioritized unless the market indicates otherwise. A 5% socioeconomic advantage is also granted for certain categories. Selected contractors must comply with federal regulations and demonstrate adherence to safety standards. The agreement period is set for three years, with an emphasis on the contractors’ responsibility to maintain equipment, provide trained personnel and submit quotes through the Virtual Incident Procurement (VIPR) System. Orders will be dispatched based on a prioritized list, influenced by performance and availability. Changes to agreements, dispatch procedures, and specific equipment requirements are outlined in detail, reinforcing the emphasis on operational readiness for emergency response situations.
    Similar Opportunities
    Intermountain Stewardship BPA
    Active
    Agriculture, Department Of
    Presolicitation notice from the Department of Agriculture, Forest Service, for the Intermountain Stewardship Blanket Purchase Agreement (BPA). The BPA will be used to issue future calls for hazardous fuels and restoration projects in Idaho, Nevada, Utah, and Western Wyoming. The scope of work includes cutting and removal of sawtimber, non-sawtimber, and/or biomass, mastication, hand cutting and piling, and road maintenance. The period of performance for the awarded BPAs is 10 years with an option to extend up to 20 years. Interested individuals must have an email account and be actively registered in SAM.gov to be eligible for award. Contact information for questions and submissions is provided.
    Equipment Inspection Provider Memorandum of Understanding (MOU)
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service's Pacific Northwest Regional Office, is seeking qualified providers to enter into a Memorandum of Understanding (MOU) for the inspection of fire equipment under Virtual Incident Procurement (VIPR) Agreements. The MOU aims to establish a collaborative framework for inspecting wildland fire equipment in Oregon and Washington, ensuring compliance with established standards and facilitating the recognition of inspections by the Pacific Northwest Wildfire Coordination Group (PNWCG). This initiative is crucial for maintaining the readiness and compliance of fire equipment, aligning with federal and state emergency preparedness requirements. Interested providers must submit their applications by mail to the Redmond Air Center by October 31, 2024, with notifications of selection expected by December 20, 2024. For further inquiries, contact Kevin Toombs at kevin.toombs@usda.gov or Aaron Olmos at aaron.olmos@usda.gov.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Active
    Agriculture, Department Of
    Solicitation from the Department of Agriculture, Forest Service is seeking a Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) for multiple forests in the R5 region. The BPA will cover federal and local agency lands within 150 miles of the boundaries of various national forests. The BPA will be the primary means for future Integrated Resource Service Contracts (IRSCs), Service-based IRSCs, and restoration-based service contracts. The types of call orders that may be issued include IRSCs with required timber product removal, service-based IRSCs with the option for timber subject to agreement products, and service contracts with no timber product removal. The period of performance for the awarded BPAs is 10 years with an option to extend up to 20 years. Interested individuals must have an active email account and be registered in the System for Award Management (SAM) to be eligible for award under this solicitation. Questions and offers must be submitted in writing to the designated points of contact. The deadline for offers is 5:00 p.m. PT on Friday, July 15, 2022.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Active
    Agriculture, Department Of
    Presolicitation Notice: Department of Agriculture, Department of Forest Service is preparing the Northern Rockies Stewardship BPA. This Blanket Purchase Agreement will cover Hazardous Fuels and Stewardship Restoration projects in Idaho, Montana, North Dakota, and South Dakota. The scope includes Federal and Non-Federal lands within 150 miles of the administrative boundaries of several National Forests and the Dakota Prairie Grasslands. The work may involve cutting and removal of sawtimber, non-sawtimber, and/or biomass, as well as road maintenance. The awarded Blanket Purchase Agreements will have a period of performance of 10 years with an option to extend up to 20 years. Future Call Orders will be emailed to the Contractors awarded under this BPA. Interested individuals must have an email account and be actively registered in the System for Award Management (SAM.gov) to be eligible for award. For assistance with SAM registration and proposal submission, resources are available at the Procurement Technical Assistance Center (PTAC) website. The primary point of contact for this solicitation is Matt Daigle, and questions must be submitted in writing to him. The Contracting Officer for this BPA is Mark T. Phillipp.
    Records Verification Memorandum of Understanding (MOU)
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the U.S. Forest Service's Pacific Northwest Regional Office, is seeking qualified organizations to establish a Memorandum of Understanding (MOU) for the verification of wildland fire personnel qualifications under Virtual Incident Procurement (VIPR) Agreements. The MOU aims to create a framework for verifying the qualifications of contractors in positions requiring advanced training, ensuring compliance with the National Wildfire Coordinating Group (NWCG) standards. This initiative is crucial for enhancing the operational standards and training of personnel involved in wildfire management across Oregon and Washington. Interested providers must submit their applications by October 31, 2024, with selections announced by December 20, 2024. For further inquiries, contact Kevin Toombs at kevin.toombs@usda.gov or Aaron Olmos at aaron.olmos@usda.gov.
    Risk Reduction Solution
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide a Risk Reduction Solution as part of a Special Notice procurement. The primary objective is to support the Risk Reduction Solutions Team (RRST) in delivering national program-level assistance to maintain critical timber and wood products infrastructure, which is vital for implementing the wildfire crisis strategy across the national forest system. This opportunity is restricted to approved holders of the Blanket Purchase Agreement (BPA) for Program Management Support for the National Forest System, emphasizing the importance of environmental consulting services in mitigating wildfire risks. Interested parties can direct inquiries to Janeen Damiano at Janeen.Damiano@usda.gov, with the period of performance set for one year from the award date.
    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.
    Lahontan Basin Area Office - Vegetation Management
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a Blanket Purchase Agreement (BPA) focused on vegetation management services at Derby Dam, Prosser Creek Dam, and Stampede Dam in Nevada and California. The procurement aims to control both non-aquatic and aquatic vegetation, including the removal of dead vegetation, with a maximum contract value of $1.2 million over a five-year period. This initiative is crucial for maintaining ecological balance and ensuring compliance with federal safety regulations in the management of these vital environmental areas. Interested contractors must submit their quotes by October 18, 2024, and can contact Kevin Gonzalez at kgonzalez@usbr.gov or 916-978-4509 for further information.
    LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
    Active
    Agriculture, Department Of
    Presolicitation AGRICULTURE, DEPARTMENT OF FOREST SERVICE is planning to procure Land Management Integrated Resources (LMIR) National BPA. This project includes a wide range of services such as Professional Services, Natural Resources Restoration, Engineering, Project Management, and more. The BPA will be open-continuous and can be utilized by all agencies once awarded. For more details, refer to the attached Pre-Advertisement document.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Active
    Agriculture, Department Of
    Presolicitation AGRICULTURE, DEPARTMENT OF FOREST SERVICE is issuing a Pacific Northwest Stewardship BPA for Federal and local agency lands within 150 miles of the boundaries of the Colville, Gifford Pinchot, Mt. Baker-Snoqualmie, Mt. Hood, Okanogan-Wenatchee, Olympic, Rogue River-Siskiyou, Siuslaw, Umpqua and Willamette National Forests in Washington and Oregon. This BPA will be the primary means for future Call Orders, including Integrated Resource Service Contracts with required timber product removal, Service-based IRSC's with the option for Timber Subject to Agreement products, and Restoration-based Service contracts without timber product removal. The awarded Blanket Purchase Agreements will have a performance period of 10 years with the option to extend up to 20 years. The types of work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. Interested individuals must have an email account and be actively registered in the System for Award Management (SAM) to be eligible for award. Registration in SAM is a free service.