Forest Service Wildland Fire Tent System Rentals
ID: 1202RZ25Q0002Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS PPS INCIDENT PROCUREMENTBoise, ID, 837055354, USA

NAICS

Support Activities for Forestry (115310)

PSC

LEASE OR RENTAL OF EQUIPMENT- MISCELLANEOUS (W099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 11:00 PM UTC
Description

The U.S. Department of Agriculture (USDA), Forest Service is soliciting quotes for the rental of tent systems to support local, regional, and nationwide fire suppression efforts, as well as all-hazard incidents and prescribed fire project work. Contractors are required to provide fully operational tent systems that include features such as insulation, climate control, power generation, and necessary amenities for personnel, with a focus on flexibility and rapid deployment during emergencies. This procurement is critical for ensuring effective incident response capabilities and is expected to result in multiple preseason Incident Blanket Purchase Agreements (I-BPAs) with a total estimated value of $10 million over a five-year period. Interested vendors must submit their proposals by April 25, 2025, and can direct inquiries to Kimberly Luft at kimberly.luft@usda.gov or by phone at 720-467-8317.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 3:13 PM UTC
The U.S. Department of Agriculture (USDA) Forest Service is seeking proposals for tent system services to support local and nationwide fire suppression, all-hazard incidents, and prescribed fire project work. The solicitation includes establishing Blanket Purchase Agreements (I-BPAs) that various state and federal wildland fire agencies can utilize. Contractors must supply and set up fully operational tent systems, which include features like insulation, climate control, power generation, and necessary amenities for personnel. Key responsibilities for the contractor include delivering and setting up tent systems within specified timeframes, ensuring compliance with safety and operational guidelines, and maintaining equipment during use. The agreement allows for flexibility in meeting demands during emergencies and specifies the minimum requirements for different types of tent systems based on size and operational capacity. The contract period is projected to last five years, with an estimated total value of $10 million, though actual purchases may vary. Bid proposals must include compliance with specified Federal Acquisition Regulations and require active registration in the System for Award Management (SAM). This procurement emphasizes safety, operational readiness, and adherence to federal regulations to ensure effective incident response capabilities during emergencies.
Apr 11, 2025, 3:13 PM UTC
The document details questions and answers concerning a recent solicitation for tent systems under federal contracts, emphasizing the government’s flexibility in accepting various models that meet specified requirements. Key inquiries addressed the lack of defined quantities and layouts, suggesting that the lack of details posed challenges for pricing. Alternatives like water barrels were suggested as optional items. Clarifications were provided on climate control via air conditioners, generator power specifications, and contractor responsibilities for designated points of contact. The government assured necessary flexibility in both the relocation and pricing structure for mobility-related costs, and limitations on the number of designated dispatch points per vendor were also discussed. The focus on “best value” selection criteria was reiterated, with clear expectations on timely delivery for emergency operations taking precedence over pricing, particularly when geographical proximity to incidents is involved. The document outlines the overall procedures and stipulations guiding the contracts to meet urgent operational needs while ensuring the appropriateness of vendor capabilities.
The document outlines a second round of questions and answers related to a federal solicitation for tent systems, addressing critical specifications and requirements for generators, electrical components, and related equipment. Key areas of conflict include the minimum generator capacity requirements that differ between sections and the ambiguity regarding voltage specifications necessary for proper equipment sizing. Questions also arise concerning the acceptable wire gauge for electrical circuits, discrepancies between generator output and required circuits, and concerns about the distribution of outlets without the use of power strips. Additionally, it discusses the ordering protocols for supplementary equipment and the handling of geographical data for transport logistics. The document emphasizes the vendor's responsibility to adhere to specific equipment standards while offering flexibility in meeting performance expectations. It aims to clarify the criteria for pricing evaluations, the determination of resource proximity, and ordering procedures, ultimately ensuring streamlined operations for tent system deployments by government entities.
Apr 11, 2025, 3:13 PM UTC
The federal solicitation details the requirements for providing comprehensive tent systems for operational use in various situations. Contractors must submit daily rates for different types of tent systems (ranging from 200 to 1300 square feet) and optional items, including additional climate control systems and generator packages. Each tent system comes equipped with essential components for functionality, such as insulated walls and flooring, temperature control, and power distribution systems. Pricing must include labor, overhead, insurance, and other related costs, while mileage and relocation fees are stipulations for consideration in the award. The document outlines definitions and dimensional requirements for each tent system type, specifies generator power needs, and highlights the government's obligations, such as re-fueling generators. The process also emphasizes the interaction between the contractor and government entities, underlining operational flexibility and compliance with standards amid challenging conditions. Overall, the file serves as a guideline for contractors competing for government contracts involving mobile operational facilities.
Apr 11, 2025, 3:13 PM UTC
This document outlines the instructions for submitting proposals for Designated Dispatch Points (DDPs) as part of the government's interagency wildland fire management efforts. Bidders must fill out a worksheet indicating DDP locations and daily rates, with a maximum of five DDPs allowed per Geographic Area. Each proposal must include at least one DDP to be considered for award, and participants are encouraged to provide a contact person available for urgent requests. DDPs will be located boundary-less, allowing for flexibility in operations based on proximity to incidents. Definitions clarify that DDPs serve as physical addresses for dispatching contractor personnel and equipment, while Geographic Areas delineate operational boundaries for effective resource management during emergencies. The document contains tables to be completed for various Geographic Areas, including regions from the Eastern Area to the Southern California, listing space for multiple DDPs and corresponding contact information. The completed DDP submissions will be locked in for the duration of the fire season, subject to annual review. Overall, the purpose of this request for proposals is to streamline the coordination and deployment of resources for wildfire management across designated regions.
Apr 11, 2025, 3:13 PM UTC
The document outlines the performance requirements for a contractor under a federal government RFP, detailing specific standards and thresholds aimed at ensuring quality service delivery essential for mission success. Four performance standards (PS-1 to PS-4) are established, each requiring a minimum compliance rate of 90%, with clear metrics relating to service quality, responsiveness, equipment recovery, and professional conduct. For instance, contractors face penalties such as written warnings or contract suspension based on the number of validated complaints about their performance. In contrast, PS-4 mandates 100% compliance regarding personnel professionalism and safety, as noncompliance can lead to immediate contract cancellations. This structured approach serves to promote accountability and ensure that contractors meet safety and quality standards critical for the successful execution of their duties. Overall, the file emphasizes a commitment to maintaining high service levels through clearly defined performance expectations and consequences for noncompliance.
Apr 11, 2025, 3:13 PM UTC
The document serves as the Wage Determination under the Service Contract Act, providing guidelines for federal contractors regarding minimum wage requirements for service employees. It outlines wage rates established by Executive Orders 14026 and 13658, which mandate a minimum of $17.75 per hour for contracts awarded on or after January 30, 2022, and $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, provided those rates are not surpassed by the listed wage determination rates. The document specifies applicable regions, including the continental U.S., Hawaii, Alaska, and American Samoa, detailing wage rates for various occupations within those areas. In addition to wages, it discusses fringe benefits, health and welfare stipulations, paid sick leave provisions, and requirements for uniform allowances. It also describes a conformance process for unlisted job classifications, ensuring they align with existing wage determinations. Overall, this wage determination aids in enforcing fair compensation for workers under federal contracts, ensuring compliance with labor standards and promoting worker protections.
Apr 11, 2025, 3:13 PM UTC
The Forest Service conducted a pre-quote meeting to clarify technical and procurement-related details for prospective participants regarding the tent system requirements. The meeting aimed to facilitate questions from potential quoters, enhance the quality of submissions, and refine solicitation documents. Attendees received instructions on the ordering process, payment procedures, and quote submission guidelines. Notably, the transition from existing Incident Management Teams (IMTs) to Complex Incident Management Teams (CIMTs) was highlighted, underscoring the need for a unified response structure for large, complex wildfires. The meeting aimed to ensure that contractors understood expectations and improved their quotes by addressing inquiries and promoting transparency through accessible meeting minutes posted online. Overall, this initiative reflects the government's commitment to fostering participation in RFP processes and ensuring effective wildfire management.
Mar 19, 2025, 12:07 AM UTC
The Performance Work Statement (PWS) outlines the requirements for tent system services to support wildland fire suppression and all-hazard incidents nationwide. The contractor must provide specified quantities of tent systems equipped with HVAC, lighting, flooring, and power generation capabilities, ensuring all equipment is operational upon setup. The contract is intended for use by multiple state and federal agencies, including the U.S. Forest Service (USFS) and other wildland fire agencies. Contractors are responsible for transportation, lodging, and managing certified personnel for setup and takedown of tents within stipulated timeframes. They must also ensure compliance with safety standards, including wind load ratings, generator placement, and maintenance. Service-level agreements specify that tent systems should be fully functional within 12 hours of arrival and dismantling within 24 hours after release. The Agreement's period lasts five years, with an estimated budget of $10 million, contingent on the agency's needs. The PWS emphasizes contractors' adherence to federal regulations, liability for damages, and conducting quality control inspections. Overall, this document facilitates the acquisition of necessary resources for emergency incident response, reinforcing the government's preparedness strategies.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Call When Needed Mobile Shower Facilities Units
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is soliciting 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 are required to provide mobile shower units, manage logistics, and ensure compliance with federal regulations, including labor standards and wage determinations. This initiative is crucial for maintaining operational readiness during emergencies, ensuring that personnel have access to essential sanitation facilities. Interested vendors must submit their proposals by May 7, 2024, at 9:00 AM MT, and can direct inquiries to Dana Price at dana.price2@usda.gov or (202) 205-0913.
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.
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.
2025-2029 National Mobile Food Service Unit (MFSU) Support IDIQ
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the 2025-2029 National Mobile Food Service Unit (MFSU) Support through an Indefinite Delivery-Indefinite Quantity (IDIQ) contract. This procurement aims to provide comprehensive mobile food services during fire suppression and other emergency incidents across various locations in the western United States, ensuring that incident personnel receive nutritious meals and provisions. The selected contractors will be responsible for delivering freshly prepared meals and maintaining compliance with health and safety standards, with a focus on operational readiness in both urban and remote areas. Proposals are due by April 24, 2025, with anticipated awards around June 2025, and interested parties can contact Dana Price at dana.price2@usda.gov for further information.
Gifford Pinchot Office Trailers for Expanded Dispatch Incident Support
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking proposals for the rental of two office trailers to support expanded dispatch incident operations during the 2025 fire season. The procurement requires trailers with dimensions of either 12' x 56' or 12' x 32', equipped with essential amenities such as lighting, desks, chairs, and climate control, along with delivery, setup, and tear-down services. This initiative is crucial for providing functional workspaces at dispatch centers that lack sufficient office space during peak fire activity periods. Interested offerors must submit their proposals electronically by April 25, 2025, at 12:00 PM (PT), and are encouraged to direct any questions to A Kay Steffey at arlene.steffey@usda.gov or Michael Christiansen at michael.christiansen@usda.gov by April 14, 2025.
Intermountain Stewardship BPA
Buyer not available
The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
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 an Indefinite Delivery-Indefinite Quantity (IDIQ) contract titled "Region 4/Intermountain Region Prescribed Fire and Support IDIQ," aimed at providing essential services for prescribed fire operations across several National Forests in Region 4, primarily located in Idaho. Contractors are required to deliver a comprehensive range of services, including labor, equipment, and supplies necessary for 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 enhancing wildfire management and ecosystem restoration efforts, aligning with government priorities for public safety and ecological health. Interested parties should submit their proposals, ensuring compliance with federal requirements, and can contact Tanya Spanfellner at tanya.spanfellner@usda.gov for further information.
USFS Region 3 Fuels Management Follow-on IDIQ
Buyer not available
The United States Department of Agriculture (USDA) Forest Service is seeking qualified vendors for the "USFS Region 3 Fuels Management Follow-on IDIQ" contract, aimed at enhancing wildfire hazard reduction and forest health across eleven National Forests and three National Grasslands primarily located in Arizona and New Mexico. The procurement involves a multiple-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for services including vegetation manipulation, burn unit preparation, and stand improvement, with contractors required to provide all necessary management, labor, and supplies while adhering to regulatory guidelines. This initiative is critical for reducing wildfire risks and ensuring ecological balance, with a contract period anticipated to start in August 2025 and extend for five years, including a base year and four option years. Interested vendors must submit their responses to Matthew Killian at matthew.killian@usda.gov by 1700 Mountain Time on April 18, 2025, as this opportunity is set aside for small businesses under the SBA guidelines.
UWCNF - LIGHTS & SIRENS PACKAGE, 4 VEH
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals from small businesses for the procurement of a Lights & Sirens Package for four 2500 Chevy Crew cab pickup trucks located in Draper, Utah. The requirements include outfitting the vehicles with a standardized emergency equipment package, which consists of LED light bars, sirens, power distribution panels, and specific graphics that comply with U.S. Forest Service guidelines. This procurement is crucial for enhancing emergency response capabilities within the region, ensuring that vehicles are properly equipped for firefighting and rescue operations. Interested vendors must submit their quotes by April 19, 2025, at 08:00 AM MT, and can contact Shane Webster at barclay.webster@usda.gov or 801-908-1904 for further information.
Emergency Back Up Generators Redmond Air Center
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is soliciting quotes for the rental of a portable diesel generator to provide emergency backup power to the Redmond Air Center Air Tanker Base during the 2025 fire season. The procurement requires a 350 KW, 480v, three-phase generator, along with delivery, maintenance, and fuel provisions, with the contract potentially extending for an additional four weeks beyond the initial 21-week rental period. This initiative is crucial for ensuring operational readiness during fire emergencies, reflecting the government's commitment to preparedness and compliance with federal procurement standards. Interested vendors must submit their proposals by April 17, 2025, and are required to be registered in the System for Award Management (SAM) to be eligible for consideration; for further inquiries, they can contact Michael J. Lucas at michael.j.lucas@usda.gov or call 406-370-3245.