1202RZ22Q0004 - AIMS I-BPA for Off Highway Vehicles (UTV/ATV)
ID: 1202RZ22Q0004Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, AT-INCIDENT MGT SVCS BRANCHBoise, ID, 837055354, USA

NAICS

Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing (532120)

PSC

LEASE OR RENTAL OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (W023)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors to provide Off-Highway Vehicles (OHVs) under Solicitation Number 1202RZ22Q0004, aimed at supporting fire suppression and emergency response operations nationwide. The procurement includes All-Terrain Vehicles (ATVs), Multipurpose Off-highway Utility Vehicles (MOHUVs), and Recreational Off-road Vehicles (ROVs), with contractors responsible for ensuring compliance with safety standards, operational capabilities, and vehicle maintenance. This initiative is crucial for maintaining readiness in disaster response scenarios, with the contract period estimated from April 2025 to March 2026, and a deadline for quote submissions set for 15:00 Mountain Time on March 20, 2025. Interested vendors can contact Michael J. Lucas at michael.j.lucas@usda.gov or Racheal Koke at racheal.koke@usda.gov for further information.

    Files
    Title
    Posted
    This document outlines the amendment to Solicitation Number 1202RZ22Q0004, focusing on a new Request for Proposals (RFP) aimed at procuring Off-Highway Vehicles (OHVs) for fire suppression and emergency response operations. It announces the reopening of the solicitation for new vendors to submit quotes and allows existing vendors to update pertinent information such as Vehicle Identification Numbers (VINs) and pricing. Key changes include revised pricing structures, updated requirements for equipment, and specific evaluations for different vehicle types including All-Purpose Side-by-Side configurations and Advanced Scout Vehicles. The intention is to engage contractors in providing disaster response resources while ensuring compliance with safety and operational standards. The solicitation mandates contractors to adhere to the 2:1 work/rest ratio and highlights the need for competitive, reasonably priced proposals. Awards will be based on operational acceptability, price reasonableness, and past performance dependability. This amendment underlines the federal government’s commitment to maintaining readiness for fire incidents and all-hazard emergencies through strategic partnerships with qualified contractors.
    The document outlines a government solicitation (RFP) for acquiring Off-Highway Vehicles (OHVs) to support fire suppression and emergency response activities across local, regional, and nationwide scenarios. It specifies equipment requirements for All-Terrain Vehicles (ATVs), Multipurpose Off-highway Utility Vehicles (MOHUVs), and Recreational Off-road Vehicles (ROVs). The contractor is responsible for providing necessary vehicles, personnel, and materials to meet the defined specifications. Key aspects include compliance with safety standards, operational capabilities, and vehicle maintenance. Contractors must adhere to a work/rest ratio during operations, ensure insurance coverage, and maintain vehicles in good repair. The solicitation emphasizes fair pricing, with multiple agreements anticipated based on historical resource usage. Evaluation criteria include equipment acceptability, pricing reasonableness, and past performance reliability. The agreement period is estimated from April 2025 to March 2026, with provisions for annual reviews and possible price adjustments. Contractors must register in the System for Award Management (SAM) to receive payment and are encouraged to seek assistance from local APEX Accelerators for navigating federal contracting. Overall, this solicitation reflects federal efforts to secure reliable resources for effective incident management and emergency response.
    The document outlines Amendment 0006 to Solicitation 1202RZ22Q0004, related to a federal contracting opportunity for the USDA-Forest Service' Incident Management Services Branch. It details requirements for contractors to acknowledge receipt of the amendment and to update their offers accordingly. Key updates include adjustments to the Schedule of Items (SOI), specifically the addition of mileage rates for multiple resource delivery/pickup and the incorporation of 2025 pricing. Contractors must submit updated pricing tables specifying daily, weekly, and monthly rates for various types of side-by-sides and advanced scout vehicles, including their VINs and specifications. The parameters for submission stipulate that the dispatch center locations must be within 450 miles of the equipment location. The document stresses that all other terms of the solicitation remain unchanged, ensuring continuity as the agency seeks compliant proposals. This amendment reflects the government’s procedure for managing modifications in contract solicitations while ensuring that contractors meet revised requirements and maintain adherence to federal standards.
    This document represents an amendment to solicitation number 1202RZ22Q0004, issued by the USDA-FS AT-Incident Management Services Branch. The amendment includes essential updates regarding the minimum equipment requirements, specifically for vehicles that must now comply with the ANSI/OPEI B71.9-2022 standard or the ANSI/ROHVA 1-2023 standard. The amendment stipulates that all offers must acknowledge receipt of this update through specified means, ensuring compliance prior to the designated deadline. The overall amendment retains all other terms and conditions previously set in the original solicitation while modifying certain specifics related to equipment standards. Additionally, the document outlines processes for contractors to communicate any changes to their offers as necessary. This amendment is pivotal for ensuring that contractors meet updated technical specifications for future government procurements, highlighting the need for modernized compliance in vehicle requirements for federal services.
    Similar Opportunities
    VIPR I-BPA for VIPR I-BPA for Heavy Equipment Task Force (HETF) for Regions 1 and 4 ONLY
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the VIPR I-BPA for Heavy Equipment Task Force (HETF) for Regions 1 and 4 only. This procurement aims to update equipment requirements and technical quote language as outlined in Maintenance Cycle 25-08, which includes specifications for CSU, MWST, HOS, Ambulance, and EMR. The services are crucial for supporting forestry operations, particularly in natural resource conservation and fire suppression efforts. 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.
    2025 Annual Review National Type 2 Firefighter Crews
    Buyer not available
    The U.S. Department of Agriculture, through the Forest Service, is soliciting offers for multiple Blanket Purchase Agreements (BPA) for National Type 2 firefighter crews as part of the 2025 Annual Review. The procurement aims to secure commercially available Type 2 qualified wildfire crews to assist with fire suppression and various emergency activities across the United States. This contract is crucial for ensuring effective firefighting services and resource management during wildfire incidents, with a five-year term and annual reviews planned. Interested parties must submit their quotes by March 18, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Bryce N. Pitchford at bryce.pitchford@usda.gov or by phone at 208-991-7639.
    Polaris Snowmobile Sierra NF
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of a 2025 Polaris Ranger Crew XP 1000 snowmobile for the Sierra National Forest Bass Lake Ranger District. The primary objective is to enhance operational capabilities in managing national forest resources through the acquisition of this advanced vehicle, which features an 82 HP ProStar 4-Stroke engine, advanced drivetrain capabilities, and various safety and comfort features. Proposals must be submitted by December 18, 2024, with questions accepted until December 13, 2024; interested parties should contact Tammy Perrine at tammy.perrine@usda.gov for further information. This procurement is set aside for small businesses under NAICS code 336999, with a size standard of 1,000 employees.
    UWC NF Crew Carrier EN #8058 Engine Repair_Combined Synopsis_RFQ
    Buyer not available
    The United States Department of Agriculture (USDA), Forest Service is soliciting quotations for engine repairs on a Hotshot Crew Transporter vehicle (EN 8058) due to an identified oil leak. The procurement requires qualified small businesses to provide estimates for labor and parts necessary to address the repair of a cracked front engine cover, along with various seals and gaskets, ensuring compatibility with the vehicle. This opportunity underscores the importance of maintaining government vehicles to ensure operational readiness and efficiency. Interested contractors must submit their quotes by March 24, 2025, with an anticipated award date of March 31, 2025, and completion of repairs expected by April 30, 2025. For further inquiries, contact Whit Fausett at arlen.fausett@usda.gov.
    GLCA VRP VEHICLE OUTFITTING
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified vendors to provide outfitting services for a new F150 Raptor vehicle intended for the Glen Canyon National Recreation Area (GLCA). The procurement involves the installation of various vehicular equipment components, with a firm delivery deadline set for May 20, 2025. This initiative is crucial for enhancing operational capabilities within the GLCA, and it is designated as a 100% Small Business Set Aside, encouraging participation from small businesses. Interested parties must submit their quotations via email by the specified deadline, and for further inquiries, they can contact Donald Tremble at donaldtremble@nps.gov or call 720-450-1198. The project budget is under $25,000, and compliance with federal contracting regulations, including registration with the System for Award Management (SAM), is required.
    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.
    2025-2029 National Mobile Food Service Unit (MFSU) Support IDIQ
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the 2025-2029 National Mobile Food Service Unit (MFSU) Support Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to provide food service support in various incident response scenarios, particularly in natural resource conservation and forest fire suppression efforts. The services are critical for ensuring that personnel engaged in emergency operations receive timely and nutritious meals to maintain operational effectiveness. Interested small businesses are encouraged to reach out to Dana Price at dana.price2@usda.gov or call 703-431-6656 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    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.
    VIPR I-BPA for Weed Washing Units for East Zone (Region 1, 2 and 4)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors to provide Weed Washing Units under the VIPR I-BPA for the East Zone, which encompasses Regions 1, 2, and 4. The procurement aims to support forestry operations by ensuring effective weed management through specialized washing units, which are crucial for maintaining ecological balance and preventing the spread of invasive species. This opportunity is set aside for small businesses, in accordance with FAR 19.5, and interested parties can reach out to Melissa Maestas at melissa.maestas@usda.gov or by phone at 970-508-0603 for further details. The solicitation is currently open, and vendors are encouraged to submit their proposals in a timely manner.
    K--Fire Command Vehicle Upfitting
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified small businesses to provide upfitting services for Fire Command Vehicles under solicitation number 140L0625Q0005. The contract aims to enhance the operational capabilities of these vehicles, which are critical for wildland fire suppression efforts, by ensuring they meet rigorous safety and performance standards. The performance period for this contract is set from June 2, 2025, to June 1, 2030, with a total estimated budget of $6.3 million allocated for vehicle purchases over five years. Interested contractors must submit their quotes electronically by March 12, 2025, and can direct inquiries to Addison Page at apage@blm.gov or by phone at 303-236-3800.