Notice of Intent to Award a Sole Source for Aerial Ignition devices
ID: 1149336Type: Special Notice
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 2Atlanta, GA, 303092449, USA

NAICS

Small Arms, Ordnance, and Ordnance Accessories Manufacturing (332994)

PSC

MISCELLANEOUS WEAPONS (1095)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 9:00 PM UTC
Description

The U.S. Department of Agriculture, specifically the Forest Service, intends to award a sole source contract for the procurement of 120 boxes of Plastic Spheres for Aerial Ignition to Helifire, LLC dba Field Support Services. This procurement is necessary as the agency requires unique and highly specialized supplies that only one responsible source can provide, in accordance with Simplified Acquisition Procedures under FAR Part 13.106-1(b). The Aerial Ignition devices are critical for fire management operations within the Apalachicola National Forest, ensuring effective and safe fire control measures. Interested parties may express their capability to meet this requirement by April 28, 2025, at 5:00 PM (EST), and should direct inquiries to Melody Flores at melody.flores@usda.gov or by phone at 606-371-5634.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Intent to Sole Source - Premo Fire Ignition Balls
Buyer not available
The Department of Agriculture, specifically the Forest Service, intends to issue a sole source contract to Fire Ignition Resources LLC for the procurement of 100 boxes of Premo Fire Ignition Balls, which are essential for aerial ignition operations. This procurement is justified under FAR Subpart 13.106-1(b)(1) due to the specific requirement for Premo Fireball Spheres, which are exclusively available from the identified vendor following extensive field testing and training standards. The anticipated award date for this firm fixed price contract is July 31, 2024, and interested parties can direct inquiries to Melody Flores at melody.flores@usda.gov or by phone at 606-371-5634.
USDA Forest Service All-Hazard Incident Sources Sought
Buyer not available
The USDA Forest Service is seeking qualified small business contractors to provide support services for all-hazard incident management, including wildfire suppression and hazardous fuels reduction projects. The procurement aims to identify capable firms that can deliver a variety of services such as food provision, heavy equipment rentals, medical services, and waste management, which are essential for protecting life, property, and natural resources during emergencies. This ongoing Sources Sought Notice serves as a market research tool to inform future procurement strategies and does not constitute a Request for Proposal. Interested parties should contact Kimberly Luft at kimberly.luft@usda.gov or 720-467-8317 for further information and must be registered in the System for Award Management (SAM) to be eligible for future contracts.
Sprinkler Stakes, NFES 0913
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is preparing to solicit quotes for the procurement of 16,000 Sprinkler Stake assemblies, cataloged as NFES 0913, to support fire management operations. The delivery will be split between two locations: 2,482 units to the Alaska Incident Support Cache in Fort Wainwright, AK, and 13,518 units to the Rocky Mountain Area Incident Support Cache in Lakewood, CO, with a deadline for delivery set for August 31, 2025. These sprinkler stakes are critical for fire suppression efforts, ensuring effective management of wildfire incidents. This opportunity is set aside for small businesses, and interested vendors should direct inquiries to Christopher Kirk at christopher.kirk@usda.gov or (208) 616-5549, as quotes are not currently being accepted.
Region 4/Intermountain Region Prescribed Fire and Support IDIQ
Buyer not available
The U.S. Department of Agriculture's Forest Service is soliciting offers for the Region 4/Intermountain Region Prescribed Fire and Support Indefinite Delivery-Indefinite Quantity (IDIQ) contract, aimed at enhancing wildfire management and public safety across several National Forests in Idaho. Contractors are required to provide a comprehensive range of services, including prescribed burning, fire preparation, and rehabilitation activities, with a total funding ceiling of $7.5 million for the contract period from May 2025 through April 2028. This initiative is critical for reducing wildfire risks and supporting ecological health through controlled burning practices, ensuring operational flexibility through multiple task orders. Interested parties should contact Tanya Spanfellner at tanya.spanfellner@usda.gov for further details and must comply with the updated small business size standard of $34 million as specified in the recent amendment to the solicitation.
VIPR I-BPA for Incident Base Unit for Region 5 - Pacific Southwest Region ONLY
Buyer not available
The Department of Agriculture, specifically the U.S. Forest Service (USFS), is seeking quotes for an Incident Base Unit exclusively for Region 5, which encompasses the Pacific Southwest Region. This procurement aims to secure a contractor responsible for providing all necessary equipment, materials, supplies, transportation, lodging, and trained personnel to support local, regional, and nationwide fire suppression and all-hazard incidents, as well as RX Prescribed Project Work. The resources acquired through this contract will play a crucial role in protecting lands from various hazards, with the potential for interagency cooperation with entities such as the Department of the Interior and National Park Service. Interested vendors must ensure they have a valid email address, a Unique Entity ID (UEI), active registration in the System for Award Management (SAM), and a Login.gov account to participate in the solicitation process, which will be conducted via the Virtual Incident Procurement (VIPR) system. For further inquiries, vendors can contact RaShauna Workman at rashauna.workman@usda.gov or by phone at 208-296-8375.
MK4-3 Signal Cartridge
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island, is seeking sources for the production and delivery of the F562 Signal Cartridge MK4-3 (flame/hot) with a wooden pallet, intended for use in U.S. Air Force and Navy bombing missions. This procurement aims to identify capable manufacturers for approximately 30,000-40,000 signal cartridges annually over a five-year period, with a focus on specialized manufacturing processes and equipment necessary for production. Interested vendors must respond by May 12, 2025, and provide detailed company information, production capabilities, and pricing estimates, with all inquiries directed to Jason Koski or Bridget Kramer via their respective emails.
REPLACEMENT FIRE SUPPRESSION
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is soliciting quotes for the procurement of replacement fire suppression systems and associated kits under Request for Quote number 70Z08525Q40068B00. This procurement is a total small business set-aside and requires that only authorized distributors of the Original Equipment Manufacturer (OEM), A.F.P. Corp (CAGE Code 0DS58), submit bids, which must include proof of authorization. The items are critical for ensuring effective firefighting capabilities within the Coast Guard, with a required delivery date of July 20, 2025, and quotes due by May 1, 2025. Interested vendors should contact Gina Baran at gina.m.baran@uscg.mil for further details and ensure compliance with all specified packaging, shipping, and invoicing requirements.
SENSING ELEMENT, FIRE NSN; 6340-014712596
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 295 units of the Sensing Element, Fire (NSN: 6340-014712596; P/N: 35790-200-400). This procurement is classified as an unrestricted acquisition, with full and open competition, and requires delivery within 162 days after receipt of order to Hill Air Force Base in Utah. The contract will be awarded based on a combination of price, past performance, and other evaluation factors, with a request for proposal (RFP) expected to be issued around April 1, 2025, and closing on or about May 1, 2025. Interested vendors must be registered in the System for Award Management (SAM) and should contact Michael Blain at 804-807-4436 or via email at michael.blain@dla.mil for further details.
Call When Needed Mobile Shower Facilities Units
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for Call When Needed Mobile Shower Facilities Units (CWNMSU) through a Blanket Purchase Agreement (BPA) to support fire suppression and other emergency incidents nationwide. Contractors will be responsible for providing all necessary equipment, trained personnel, and logistics to ensure compliance with federal regulations, including wage determinations, while maintaining operational readiness. This initiative is crucial for ensuring adequate sanitation facilities during emergencies, reflecting the government's commitment to effective resource deployment. Interested vendors must submit their offers by April 28, 2025, with inquiries directed to Dana Price at dana.price2@usda.gov or (202) 205-0913.
59--RAWS FIXED STATION & SENSORS, 2025
Buyer not available
The Department of the Interior, Bureau of Land Management (BLM), is seeking to procure various components and sensors for the Remote Automated Weather Stations (RAWS) through a sole-source contract with Forest Technology Systems (FTS). The procurement includes essential items such as weather sensors, antennas, and data loggers, which are critical for the repair and maintenance of FTS weather stations that ensure safety and property protection. The estimated value of this acquisition is $91,639.00, and interested parties must provide evidence of their capability to meet the requirements by May 6, 2025, to the Contracting Officer, Casey Gean Boyd, at cmboyd@blm.gov. No Request for Quotation (RFQ) will be issued, and this notice serves to fulfill public posting requirements.