Klamath River Basin WCS, Rx Fire Engines
ID: 12970224R0066Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICE-SPOC SWWashington, DC, 20250, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- FOREST-RANGE FIRE SUPPRESSION/PRESUPPRESSION (F003)

Set Aside

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

    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the provision of water handling equipment, specifically Type 3 and Type 6 engines and tactical water tenders, to support prescribed fire implementation in the Klamath River Basin, California. The procurement aims to enhance wildfire risk management by providing essential resources for fire suppression activities, including preparation, ignition, and mop-up operations. This initiative is critical in addressing the high wildfire risks in the region and facilitating proactive forest management practices. Interested contractors must submit their proposals, including technical and price components, by the specified deadlines, with the contract performance period extending from September 30, 2024, to September 16, 2026. For further inquiries, contact Jacob Pipkin at jacob.pipkin@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the pump capability requirements for Type 3 and Type 6 engines, as per the NWCG PMS 447-1 Water Handling Equipment Guide. It specifies the testing procedures to determine whether pumps meet the necessary flow rate and pressure standards during operation. For Type 3 engines, acceptable performance is defined as achieving a pressure rating between 250 to 312 psi, while ratings of 313 to 374 psi and 375 psi or more indicate good and excellent performance, respectively. For Type 6 engines, an acceptable rating is between 100 to 124 psi, with good and excellent ratings occurring at 125 to 149 psi and 150 psi or more, respectively. The data emphasizes critical performance standards for essential pumping equipment used by emergency services. This document serves as a guideline for government contracts and grants related to water handling equipment, ensuring compliance with federal and state specifications for operational efficiency and safety during disaster management and firefighting efforts.
    The document outlines the minimum equipment inventory requirements for Tactical Water Tender and Engine vehicles as part of a government procurement initiative. Vendors must permanently mark their equipment with company information and maintain a comprehensive inventory list, which may be subject to government inspection. For the Tactical Water Tender, essential equipment includes various hoses, nozzles, wrenches, firefighting tools, personal protective equipment (PPE), and first aid supplies. The Engine vehicle requires similar components, including hoses, nozzles, PPE, firefighting tools, and specific pump accessories. Additionally, both inventory lists emphasize the necessity of flame-resistant clothing and other safety gear. This detailed equipment inventory is vital for ensuring operational preparedness and compliance with safety standards during firefighting operations. Overall, the document serves to guide vendors in fulfilling government expectations for emergency response capabilities.
    The document outlines the qualifications and training requirements for contractors involved in wildland fire and prescribed fire operations, as mandated by federal guidelines. Contractors must ensure that all employees meet minimum qualifications as per the National Incident Management System’s Wildland Fire Qualification System Guide (PMS 310-1). Additional experience requirements are specified for specific roles like Firefighter Type 1 (FFT1) and Engine Boss (ENGB), necessitating a minimum of 15 operational periods on three separate wildland incidents. The document emphasizes the importance of maintaining valid Incident Qualification Cards that document qualifications and training. Annual Fireline Safety Refresher Training (RT-130) is required, with specific course content outlined in the NWCG Standards for Course Delivery. Contractors also have the responsibility to maintain comprehensive documentation proving qualifications, including training certificates and performance evaluations. Overall, this guidance ensures that personnel are adequately trained and qualified to perform essential firefighting tasks, safeguarding operational effectiveness and safety in wildland fire incidents.
    The document pertains to the Request for Proposal (RFP) for the Klamath Basin Wildland Fire Control Services, specifically focusing on the provision of various firefighting engines and crews. The RFP includes a detailed schedule of items requiring bidders to provide unit prices for three distinct categories: Type 3 Engine and Crew for 45 days, Type 6 Engine and Crew for 70 days, and a Tactical Water Tender and Crew for 65 days. Importantly, the RFP stipulates that bidders must complete their submission with unit prices exclusively, and failure to provide the required quantities or pricing may result in rejection of their proposals. The outlined procurement is aimed at addressing fire management needs within the Klamath Basin area, reflecting the government's commitment to effective fire control and resource management in response to environmental challenges. The document is formatted to ensure a straightforward bid submission process for vendors.
    The Klamath River Basin Wildfire Risk Reduction Program (WKRP) led by the U.S. Department of Agriculture’s Forest Service focuses on various planned fuels treatments in the Klamath River Basin landscape. Key initiatives include projects such as the Roots and Shoots program, Leary Creek Fuels Reduction, and the Orleans Community Fuels Reduction. The WKRP aims to manage fire risks through cross-boundary units, addressing areas of concern including non-Forest Service land. Maps included in the documentation illustrate the project areas and planned fuels treatments. Additionally, updates to the Orleans-Somes Bar Community Wildfire Protection Plan (CWPP) outline boundaries and strategies for reducing wildfire risks. The document serves as a comprehensive framework for community safety efforts against wildfires, facilitating potential federal grants and local RFPs aimed at enhancing fire management practices in the region.
    The document is a Request for Proposal (RFP) from the USDA Forest Service, soliciting bids for water handling equipment, specifically Type III and Type 6 engines and tactical water tenders, for fire suppression projects in the Six River National Forest. The solicitation, numbered 12970224R0066, is set aside for Total Small Business, with a Small Business Size Standard of $34.0 million under NAICS code 115310. Contractors are required to provide a technical proposal detailing past performance and technical capabilities, alongside a price proposal. Acknowledgment of any amendments and compliance with government regulations, including representations and certifications, is mandatory. Delivery is expected at the Orleans Ranger District in California, with a notice to proceed by September 30, 2024, and the period of performance lasting until September 16, 2026. Offerors must also address applicable regulations concerning telecommunications equipment and implement employment certifications in compliance with labor laws. This procurement aims to support prescribed fire management, emphasizing public safety and environmental stewardship.
    The U.S. Department of Agriculture (USDA) is soliciting proposals for the provision of water handling equipment, specifically Type 3 and Type 6 engines, and tactical water tenders, for prescribed fire implementation in the Klamath River Basin. The project aims to address high wildfire risks through proactive forest management. Contractors must provide all necessary personnel, equipment, materials, and support to meet contractual specifications, with the understanding that these resources may be used for various fire-related tasks. Essential requirements include equipment meeting federal and state standards, provisions for personal protective equipment for contractor personnel, and adherence to specified operational guidelines including staffing, technical capabilities, and safety measures. Contractors will be compensated based on daily rates for equipment, which include specific terms for work/rest ratios and travel allowances. Deliverables should align with government standards, ensuring effective wildfire risk management while promoting safety and compliance with environmental regulations. This RFP emphasizes the USDA's strategy to enhance forest resilience and reduce the threat posed by wildfires through contracted resources.
    The document outlines a series of federal and state/local Requests for Proposals (RFPs) and grants aimed at enhancing public services and infrastructure. It emphasizes the federal government's commitment to stimulating economic growth through well-planned projects that address community needs. Key initiatives include funding for transportation improvements, educational programs, and public health services. The document highlights the importance of collaboration between various government agencies and local entities to ensure effective implementation. Special focus is placed on compliance with federal guidelines and the necessity of detailed project proposals that outline objectives, methodologies, and expected outcomes. Additionally, thorough assessments of existing conditions, environmental implications, and community impact are mandated prior to funding approvals. This strategic approach underscores the government's dedication to transparency, accountability, and adaptability in resource allocation, promoting long-term benefits across different sectors.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Firefighter Turnout Equipment
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of firefighter turnout gear, including jackets, pants, and Nomex hoods, as part of a standardization initiative across its Pacific Southwest Region. This Request for Quotation (RFQ) numbered 127EAT24Q0039 aims to enhance firefighter safety and operational effectiveness by replacing outdated equipment with high-quality, compliant gear over a contract period from November 2024 to October 2029. Interested vendors must submit their technical and pricing proposals by September 16, 2024, and are encouraged to demonstrate their past performance and adherence to federal regulations. For further inquiries, potential bidders can contact Michael Johnson at michael.c.johnson@usda.gov.
    Fire Command Buildup (4305) for Shasta-Trinity National Forest
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Fire Command Buildup project (Solicitation No. 127EAY24Q0076) for the Shasta-Trinity National Forest, focusing on vehicle modifications to enhance firefighting capabilities. The procurement requires the installation of emergency lighting, sirens, and radio systems on a designated vehicle, with a project execution period of 220 days post-award. This initiative is crucial for improving operational effectiveness and safety during fire command operations. Interested small businesses must submit comprehensive technical and price proposals, with evaluations based on price, delivery schedule, and technical capability. For further inquiries, contact Joshua Williams at joshua.williams2@usda.gov.
    GelFire Terra Torch
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the procurement of the GelFire Terra Torch GFS 75, along with necessary accessories, training, and delivery services. This solicitation is a total small business set-aside aimed at acquiring a ground ignition system that meets specific safety and operational standards for effective wildfire management. The GelFire Terra Torch is recognized as a sole-source option due to its compliance with National Wildfire Coordinating Group safety standards and its capacity to support extensive fire suppression efforts across large landscapes. Interested vendors must submit their quotes to Sarah Cotton at sarah.cotton@usda.gov by September 23, 2024, at 1700 MST, with all quotes valid for 60 days following submission.
    Exclusive Use Fixed Wing Single Engine Scooper Ser
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management (BLM), is seeking proposals for exclusive use of fixed-wing single-engine amphibious water-scooping aircraft to support fire suppression operations at Fort Wainwright, Fairbanks, Alaska. The procurement aims to secure four contractor-operated and maintained aircraft, which must meet specific FAA airworthiness criteria, including a tank capacity of 800 US gallons and the capability to operate from gravel runways. This contract is crucial for ensuring effective fire management during the fire season, with services anticipated to be required annually from May 20 to August 2, following a five-year ordering period starting April 1, 2025. Interested bidders should note that the solicitation is expected to be issued around September 23, 2024, and can contact Heather Sizick at heathersizick@ibc.doi.gov for further inquiries.
    F--Exclusive Use Fixed Wing Single Engine Scooper Services
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is preparing to issue a presolicitation notice for Exclusive Use Fixed Wing Single Engine Scooper Services based at Fort Wainwright, Fairbanks, Alaska. The BLM requires four contractor-operated amphibious water-scooping aircraft that meet specific criteria, including a minimum tank capacity of 800 gallons and the capability to operate from remote gravel runways. These services are crucial for the BLM's Aviation Fire Service (AFS) to effectively manage fire suppression efforts during the fire season, which runs from May 20 to August 2 each year. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) arrangement lasting five years, with the solicitation expected to be issued around September 23, 2024. Interested contractors should contact Heather Sizick at heathersizick@ibc.doi.gov for further information.
    Polaris Ranger NorthStar Edition UTVs with Trade-in - El Dorado NF
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking proposals from qualified small businesses for the acquisition of two Polaris Ranger 1000XP NorthStar Edition Utility Task Vehicles (UTVs) for the El Dorado National Forest, with a trade-in of two older models. The procurement aims to fulfill specific operational needs for the fire crew, requiring UTVs that meet stringent engineering and safety standards, including HVAC capabilities and compatibility with existing Polaris accessories. This initiative underscores the importance of having uniform and reliable equipment for effective fire response operations. Interested vendors must submit their proposals by the specified deadline and ensure they are registered in the System for Award Management (SAM). The estimated total cost for the UTVs, after trade-in credits, is $57,208, and inquiries can be directed to Blaine Greenwalt at blaine.greenwalt@usda.gov.
    Fire Command Vehicle Build (Four Vehicles) - Eldorado National Forest
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide upfit services for four fire command vehicles intended for the Eldorado National Forest. The procurement requires contractors to deliver a technical proposal detailing their past performance and capabilities, alongside a price proposal for the specified vehicles, which will be transported for upfitting within a 250-mile radius of Placerville, California. This initiative is crucial for enhancing the operational readiness and safety of command vehicles used in fire management, adhering to stringent specifications for emergency lighting, siren systems, and radio installations. Interested parties must submit their proposals via email by August 14, 2024, and can direct inquiries to Aileen Fleming at aileen.fleming@usda.gov.
    Tree Trimming & Hazard Tree Removal, Modoc National Forest
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking proposals for tree trimming and hazard tree removal services within the Modoc National Forest, specifically at the Warner Mountain Ranger District and Canby Work Center. The project involves maintenance of approximately 41 trees to enhance safety around administrative sites located in Cedarville, Canby, and Adin, California, requiring contractors to provide materials, labor, and supervision while adhering to industry best practices and safety protocols. This initiative underscores the importance of environmental management and safety within national forest lands, while also promoting participation from small business contractors, as the solicitation is a total small business set-aside. Proposals are due by September 18, 2024, with work expected to be conducted between May 15 and September 30, 2024, and interested parties can contact Margaret Forrest at margaret.forrest@usda.gov or Joshua Kline at joshua.kline@usda.gov for further information.
    Flightline Fire Extinguisher
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Flightline Fire Extinguisher Inspection and Maintenance Services for the California National Guard. The contract encompasses the inspection and maintenance of 87 Buckeye K-350 RG Portable Wheeled Fire Extinguishers across multiple airfields in California, including Mather Airfield, Stockton, Fresno, Camp Roberts, Camp San Luis Obispo, and Los Alamitos, ensuring compliance with NFPA-10 standards and federal regulations. This initiative is crucial for maintaining safety standards at military airfields, with a performance period extending from September 30, 2024, through September 2029. Interested small businesses must submit their proposals by September 16, 2024, and can direct inquiries to Kaipo Kim at kaipo.h.kim.civ@army.mil or by phone at 808-861-9563.
    Self-Contained Breathing Apparatus (SCBA) Gear
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking quotes for the procurement of Self-Contained Breathing Apparatus (SCBA) gear under contract number 127EAT24Q0038. This initiative aims to replace and standardize SCBA equipment across all forests in the Pacific Southwest Region, enhancing safety and operational efficiency for firefighting efforts. The procurement is set aside for small businesses within the NAICS code 339999, and vendors must demonstrate compliance with NFPA standards, provide technical responses, and submit pricing by the specified deadline. Interested parties can contact Michael Johnson at michael.c.johnson@usda.gov for further details.