AL-DEEP HRZN NRDAR-FIRE EQ SLIP-ON WATER
ID: 140FNR25Q0006Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, NRDARFalls Church, VA, 22041, USA

NAICS

All Other Miscellaneous Manufacturing (339999)

PSC

FIRE FIGHTING EQUIPMENT (4210)
Timeline
    Description

    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking to procure a 500-gallon top mount skid slip-on water unit for use with a Panther T6 tracked fire engine at the Gulf Coast Complex. This specialized equipment is crucial for effective fire containment and suppression in diverse ecosystems, particularly in areas where traditional fire engines are unable to operate efficiently. The procurement will be awarded noncompetitively to Cascade Fire Equipment, the sole manufacturer capable of providing this tailored unit, with submissions for capabilities statements due by February 6, 2025, and an anticipated delivery date of November 25, 2024. Interested parties can reach out to Lamont Sawyers at lamont_sawyers@fws.gov for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) from the U.S. Fish and Wildlife Service (FWS) regarding a sole source procurement for a 500-gallon top mount skid slip-on water unit for use with a Panther T6 tracked fire engine at the Gulf Coast Complex. The contract will be awarded noncompetitively to Cascade Fire Equipment, a small business based in Medford, OR, as part of the federal acquisition process. The NAICS code for this acquisition is 339999, pertaining to forest fire suppression equipment. Responses to this RFQ are not requests for quotes but invitations for interested parties to submit capabilities statements, if they believe they can meet the requirements. The due date for submissions is February 6, 2025, with the anticipated delivery date set for November 25, 2024. The document emphasizes the non-binding nature of this request, indicating that no costs will be reimbursed for quote preparations, signaling the government’s commitment to fiscal responsibility in procurement processes. This RFQ exemplifies the structured approach within government contracting, focusing on specific needs while ensuring compliance with regulatory standards.
    The document presents a sole source justification for the purchase of a 500-gallon Cascade Fire Equipment Slip-on water unit, specifically designed for a Panther T6 Tracked Fire Engine at the Gulf Coast Complex. This equipment is essential for fire containment and suppression in various ecosystems, ensuring effective water delivery where traditional fire engines cannot operate. Cascade Fire Equipment is uniquely qualified as the sole manufacturer capable of providing this specialized slip-on unit, which is tailored to the weight distribution and handling needs of tracked engines. The justification notes the lack of competition in the market, as other manufacturers do not offer products that adhere to the necessary specifications for wildland firefighting. The document underscores the importance of using compatible equipment to maintain safety and operational continuity in wildfire management, highlighting the reliability and sustainability of Cascade’s products. Overall, the justification aims to secure approval for an exclusive procurement based on the critical operational requirements and the unique capabilities of the manufacturer.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    VIPR I-BPA for West Zone Potable & Gray Water Truck/Handwashing Station (Trailer Mounted) for Region 6 - Pacific Northwest Region ONLY
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service (USFS), is seeking vendors to provide West Zone Potable & Gray Water Truck/Handwashing Stations (Trailer Mounted) for Region 6, aimed at enhancing support during local, regional, and nationwide fire suppression and all-hazard incidents. This opportunity involves reopening a previously issued solicitation to allow for an "open season" onboarding process under a Multiple Award Incident Blanket Purchase Agreement (IBPA), specifically set aside for small businesses. The initiative underscores the critical need for reliable resources in incident management, with key evaluation factors including operational acceptability, price reasonableness, and past performance reliability. Interested vendors must submit their quotes through the VIPR system by February 25, 2025, and can contact RaShauna Workman at rashauna.workman@usda.gov or 208-296-8375 for further information.
    VIPR I-BPA for Potable & Gray Water Truck/Handwashing Station (Trailer Mounted) for Region 5 - Pacific Southwest Region ONLY
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking qualified vendors to provide Potable & Gray Water Trucks and Handwashing Stations (Trailer Mounted) for use in fire suppression and all-hazard incidents within the Pacific Southwest Region (Region 5). This procurement is part of a re-opened solicitation process aimed at ensuring adequate resources are available for emergency response, allowing both current and new contractors to submit proposals through the VIPR system. The awarded agreements will be classified as Blanket Purchase Agreements (BPAs), with a total small business set-aside, emphasizing the importance of operational acceptability, price, and past performance in the evaluation process. Interested vendors must submit their responses by February 25, 2025, and can direct inquiries to RaShauna Workman at rashauna.workman@usda.gov or by phone at 208-296-8375.
    VIPR I-BPA for Heavy Equipment with Water for Regions 1,2,4, and 9 (East Zone)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the VIPR I-BPA for Heavy Equipment with Water for Regions 1, 2, 4, and 9 (East Zone). This procurement aims to establish a blanket purchase agreement for the provision of heavy equipment and water services, which are critical for forest management and fire suppression efforts. The services will support the Forest Service's ongoing initiatives to manage natural resources effectively, particularly in the context of fire prevention and response. Interested small businesses are encouraged to reach out to James Batty at james.batty@usda.gov or call 541-797-4794 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    MN-FWS ARD-FSHRS-BPA SET UP-REPAIR SRVC
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for the repair and maintenance of small watercraft, motors, and trailers, specifically for the Alpena Fish and Wildlife Conservation Office in Gibraltar, Michigan. The procurement aims to cover a range of services including preventative maintenance, metal fabrication, and repairs for Mercury and Suzuki motors, as well as trailer maintenance and towing services. This initiative is crucial for ensuring the operational efficiency of the USFWS's fleet, which supports wildlife conservation efforts. Interested vendors must submit detailed quotations, including pricing lists and relevant certifications, with a total obligation capped at $250,000 over a five-year period. For further inquiries, vendors can contact Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    VIPR I-BPA for Potable & Gray Water Truck/Handwashing Station (Trailer Mounted) for ESB Regions 1, 2, and 4
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking qualified vendors to provide Potable & Gray Water Truck/Handwashing Stations (Trailer Mounted) under a Multiple Award Incident Blanket Purchase Agreement (IBPA) for Regions 1, 2, and 4. This procurement aims to ensure the availability of essential equipment for local, regional, and nationwide fire suppression and all-hazard incidents, with an estimated award amount of $34 million. The solicitation is structured as a 100% Small Business Set-Aside, emphasizing the inclusion of small businesses while maintaining stringent operational standards for performance under extreme conditions. Interested vendors must submit their quotes through the VIPR system by February 25, 2025, and can contact Taylor Jones at taylor.jones@usda.gov or 303-928-0298 for further information.
    J--MN FWS ARD FSHRS Fish Distribution Truck Repair BP
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking to establish a Blanket Purchase Agreement (BPA) for the repair of large diesel trucks used in fish distribution efforts across three National Fish Hatcheries in Michigan and Wisconsin. The BPA, valued at up to $250,000, will cover a five-year period from April 1, 2025, to March 30, 2030, and aims to ensure the operational readiness of the fleet by providing necessary diagnostics and repair services. This initiative is crucial for maintaining transportation resources essential for wildlife conservation and restoration efforts in the Great Lakes region. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    ID-MINIDOKA NWR-REPLACING BOAT ENGINE
    Buyer not available
    The U.S. Department of the Interior, specifically the Fish and Wildlife Service, is seeking quotations for the repair and overhaul of a 2001 JetCraft boat located at the Minidoka National Wildlife Refuge in Rupert, Idaho. The project entails significant upgrades, including replacing the outdated engine with a modern KEM 6.2L V8, overhauling the decking, and enhancing the electrical systems, alongside inspecting and servicing critical components to ensure operational reliability and safety. This refurbishment is crucial for maintaining the vessel's effectiveness in supporting wildlife conservation efforts. Interested small businesses must submit their bids by March 4, 2025, with the completion deadline set for March 31, 2025. For further inquiries, vendors can contact Tanner Frank at tannerfrank@fws.gov.
    THIS IS A SPECIAL NOTICE OF INTENT TO AWARD A SOLE-SOURCE CONTRACT
    Buyer not available
    The United States Department of Agriculture, Forest Service (USDA/FS) intends to award a sole-source contract to Compass Minerals for the supply of approximately 900,000 gallons of Long-Term Fire Retardant (LTFR) product, specifically Qela, for an Operational Field Evaluation (OFE) during the wildland firefighting season from April 1, 2025, to October 31, 2025. This procurement is critical for ensuring effective fire management operations, as the LTFR product must meet specific qualifications outlined in USDA, USFS Specification 5100-304d and be listed on the Qualified Products List (QPL). The estimated value of the contract is around $13 million, and interested parties may submit capabilities statements to Nathan Sabo at nathan.sabo@usda.gov within 15 calendar days of this notice to be considered for participation.
    VIPR I-BPA for Heavy Equipment for West Zone Regions 5 and 6
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking vendors for a Multiple Award Incident Blanket Purchase Agreement (IBPA) for Heavy Equipment, including Dozers and Excavators, to support fire suppression and all-hazard incidents in Regions 5 and 6. This solicitation is a total small business set-aside, allowing participation from 8(a), SDVOSB, HUBZone, WOSB, and EDWOSB companies, and aims to onboard new contractors while allowing existing awardees to revise their resources and rates. The procurement is critical for enhancing the Forest Service's operational capabilities during fire incidents, with vendor responses due by March 7, 2025, at 16:00 PST. Interested parties can access the VIPR Vendor application for submission details and should direct inquiries to Nathan Stampke at nathan.stampke@usda.gov or by phone at 458-231-1180.
    J--In-Frame ENGINE REBUILD
    Buyer not available
    The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) is soliciting proposals for an in-frame rebuild of a 2014 International DT466 7.6L MaxxForce fire truck engine. The project requires the installation of a new OEM EGR cooler and conversion to an open crankcase breather, with all necessary labor, parts, and materials to be provided by the contractor. This procurement is vital for maintaining the operational readiness of fire management resources, ensuring the reliability and safety of essential firefighting equipment. Interested vendors must submit their proposals by February 24, 2025, and direct any questions to Mindi Paulson at mpaulson@blm.gov by February 28, 2025. The contract is categorized as a Firm Fixed Price and is expected to be completed between March 12, 2025, and June 10, 2025.