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
    Description

    The U.S. Department of Agriculture (USDA), through the Forest Service, is soliciting quotes for the rental of tent systems to support fire suppression and all-hazard incidents across the nation. The procurement aims to establish multiple Incident Blanket Purchase Agreements (I-BPAs) for fully operational tent systems, which must include features such as insulation, climate control, and power generation capabilities to accommodate personnel and equipment during emergencies. These tent systems are critical for providing multi-use facilities in various operational scenarios, ensuring readiness for immediate deployment in response to wildfires and other incidents. Interested vendors should contact Kimberly Luft at kimberly.luft@usda.gov or call 720-467-8317, with proposals due by April 25, 2025, and a total estimated contract value of $10 million over a five-year period.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Intent to Extend National Type 2 Firefighter Crew Blanket Purchase Agreement
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to extend the period of performance for the Blanket Purchase Agreements (BPAs) related to Type 2 Firefighter Crew services, originally established under solicitation number 1202SC21Q0001. This extension aims to synchronize the timelines for both the Type 2 Initial Attack (IA) and Type 2 Contract Crew programs, extending the effective period of all current and future BPAs through May 2027, following an annual review in 2026. These BPAs are crucial for supporting forestry operations, particularly in fire suppression and presuppression activities across the United States. Interested parties can direct inquiries to Bryce N. Pitchford at bryce.pitchford@usda.gov or by phone at 208-991-7639, with no immediate response required for this Special Notice as further instructions will be provided in a future solicitation amendment.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    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.
    83--FLY,TENT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of fly tents, specifically NSN 8340001026370, under a total small business set-aside. The solicitation includes five lines, each requiring a quantity of 90 units to be delivered to the DLA Distribution San Joaquin within 166 days after order (ADO). These tents are essential for military operations, providing shelter and protection in various environments. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Hot Food Delivery Service for Wildland Fire Response (RFI)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for a Hot Food Delivery Service to support wildland fire response efforts. This Request for Information (RFI) aims to gather insights on the capabilities of potential contractors to provide hot food transportation services, including necessary staffing, equipment, and pricing estimates. The service is critical for ensuring that personnel engaged in fire suppression and related activities receive adequate meals during operations in remote locations. Interested vendors must respond to the RFI by February 17, 2026, and can direct inquiries to primary contact Donald Keever at Donald.Keever@USDA.gov or secondary contact Jarrod Simontacchi at jarrod.simontacchi@USDA.gov. This opportunity is set aside for small businesses under the SBA guidelines.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Base Elizabeth City CG Day Tent Rental
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide tent rental services for the Coast Guard Day event at Base Elizabeth City, North Carolina, scheduled for August 1, 2026. The contractor will be responsible for supplying various tents, including a 40x40 keder tent, a 40x40 pole tent, and additional tents of varying sizes, along with necessary transportation, labor, and equipment for setup and takedown. This procurement is crucial for ensuring the logistical support and infrastructure required for large-scale public events, emphasizing the importance of compliance with specifications and safety standards. Interested vendors must submit their quotes by noon Eastern Time on May 8, 2025, and are encouraged to contact Tami Clark at tami.n.clark@uscg.mil for inquiries, while ensuring they have an active vendor record at SAM.gov and meet the small business size standards prior to the submission deadline.
    T--On-Call/Exclusive Use Unmanned Aircraft Systems (UAS) Emergency Fire Flight Ser
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for on-call and/or exclusive use Unmanned Aircraft Systems (UAS) emergency fire flight services to support the Office of Aviation Services. This procurement aims to provide essential aerial support for fire management across the contiguous lower 48 states over a five-year ordering period. The successful contractor must be registered in the System for Award Management (SAM.gov) and comply with the requirements outlined in the solicitation, which is set aside for small businesses under NAICS code 541370. The anticipated solicitation issue date is January 5, 2026, with a closing date projected for February 4, 2026. For further inquiries, interested parties may contact Stephanie Boles at stephanieboles@ibc.doi.gov.
    Fire Rings and Table Bases
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the procurement of 52 fire rings and 50 picnic table bases for various recreation sites within the Bitterroot National Forest in Montana. The fire rings must meet specific design and material requirements, including adherence to the Forest Service Outdoor Recreation Accessibility Guidelines, and feature a high-temperature, heat-resistant black enamel finish, while the picnic table bases must be constructed from durable powder-coated steel. This procurement is crucial for enhancing outdoor recreational facilities, ensuring safety and accessibility for visitors. Interested small businesses must submit their quotes by January 5, 2026, at 1700 MST, and can direct inquiries to Sarah Cotton at sarah.cotton@usda.gov.
    Self-contained breathing apparatus (SCBA) gear for USFS Region 5 within California
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking information from vendors capable of providing self-contained breathing apparatus (SCBA) gear for Region 5 within California. The procurement aims to standardize and replace existing SCBA gear, ensuring compliance with safety standards and enhancing interoperability for firefighting operations. Key specifications include the Drager PSS5000 or PSS7000 SCBA packs, which must meet NFPA 1981 and 1982 approvals, and include features such as a 45-minute carbon fiber cylinder and on-site training for equipment use and maintenance. Interested vendors must submit their specifications by 12:00 PM MST on December 16, 2025, to Megan Acord at megan.acord@usda.gov, and should be registered in the System for Award Management (SAM) to be eligible for contract award.
    Region 01 Tree Planting Services
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for tree planting and associated services across Region One, which includes Montana and Northern Idaho. The procurement aims to secure high-quality tree planting, shrub/native planting, and related services to ensure maximum stock survival and prompt reforestation on lands affected by disturbances such as fire, insects, or harvesting. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will cover various national forests and the Bureau of Land Management's Missoula Office, divided into four distinct pods with specific requirements for planting and additional services. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.