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
  1. 1
    Posted Aug 16, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 17, 2024, 12:00 AM UTC
  3. 3
    Due Sep 19, 2024, 11:00 PM UTC
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 management in the Klamath River Basin. The procurement aims to enhance wildfire risk reduction efforts in areas identified as high-risk for wildfires, necessitating the provision of qualified personnel, equipment, and materials to meet contract specifications. This initiative is crucial for implementing large-scale prescribed fire projects, which are essential for forest health and resilience in the region. Interested contractors must submit their proposals by August 16, 2024, and can direct inquiries to Jacob Pipkin at jacob.pipkin@usda.gov. The contract is set aside for small businesses, with a performance period extending until September 16, 2026.

Point(s) of Contact
Files
Title
Posted
Sep 17, 2024, 5:26 PM UTC
The solicitation number 12970224R0066 pertains to a Request for Proposals (RFP) for implementing prescribed fire management to enhance forest health and resilience in rural communities surrounding the Six Rivers National Forest. Issued on June 28, 2024, proposals are accepted until August 16, 2024. There is no guarantee of fixed working days for the awarded contractor, as their services will be required on an as-needed basis, and they will remain on call up to the established hourly work limit. This initiative underscores the government's commitment to addressing environmental health and fire resilience through strategic partnerships with contractors and service providers. The focus is on managing fire-related efforts to protect and sustain natural resources within the designated forest community.
Sep 17, 2024, 5:26 PM UTC
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.
Sep 17, 2024, 5:26 PM UTC
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.
Sep 17, 2024, 5:26 PM UTC
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.
Sep 17, 2024, 5:26 PM UTC
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.
Sep 17, 2024, 5:26 PM UTC
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.
Sep 17, 2024, 5:26 PM UTC
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.
Sep 17, 2024, 5:26 PM UTC
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.
Sep 17, 2024, 5:26 PM UTC
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
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.
Region 4/Intermountain Region Prescribed Fire and Support IDIQ
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Region 4/Intermountain Region Prescribed Fire and Support IDIQ contract. This procurement aims to provide essential services for prescribed burning and related support activities across various National Forests in Region 4, including labor, equipment, and supervision for tasks such as thinning, burning, and fireline construction. The contract is crucial for managing forest health and fire prevention efforts, with a total small business set-aside under NAICS code 115310, which has a funding ceiling of $34 million. Interested firms must be registered in the System for Award Management (SAM) and can direct inquiries to Tanya Spanfellner at tanya.spanfellner@usda.gov, with the anticipated solicitation release on or about April 15, 2024.
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.
Fire Utility Task Vehicle (UTV) with Tracks
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking proposals for the procurement of a Fire Utility Task Vehicle (UTV) with tracks. The UTV must meet specific requirements, including a minimum engine size of 950cc, automatic transmission, a seating capacity for three, and significant towing and bed capacities, to effectively transport personnel and equipment across various terrains. This vehicle is crucial for the Forest Service's operations, enhancing their ability to respond to fire emergencies and manage forest resources efficiently. Interested vendors must ensure compliance with federal regulations, including active registration in the System for Award Management (SAM), and submit their proposals in accordance with the guidelines outlined in the solicitation document (1240LN25Q0008). For further inquiries, potential bidders can contact Michael Stroud at michael.stroud@usda.gov or Shawn Harwood at shawn.harwood@usda.gov.
BCLH Stewardship IRSC Phase 2
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
Forest Service Wildland Fire Tent System Rentals
Buyer not available
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 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.
2025-2029 National Mobile Food Service Unit (MFSU) Support IDIQ
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the 2025-2029 National Mobile Food Service Unit (MFSU) Support through an Indefinite Delivery-Indefinite Quantity (IDIQ) contract. This procurement aims to secure mobile food services for fire suppression and other emergency incidents, requiring contractors to provide comprehensive meal services, including hot and cold meals, shift provisions, and supplemental items, all prepared on-site at various locations across the western United States. The initiative is crucial for ensuring effective logistical support during emergencies, enhancing the operational readiness of incident response teams. Interested small businesses must submit their proposals by April 24, 2025, at 09:00 MST, and can direct inquiries to Dana Price at dana.price2@usda.gov or by phone at 703-431-6656.
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.
LNF NORTH FORK ORCHARD WATER DELIVERY SERVICE
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking proposals for the LNF North Fork Orchard Water Delivery Service, a federal contract aimed at providing water deliveries to the North Fork Seed Orchard in the Lolo National Forest, Montana. The contract, which is set aside for small businesses, requires the delivery of 3,000 gallons of water per week from June to September over a base year and four option years, starting in May 2025. This service is crucial for supporting ecological projects, particularly the care of endangered Whitebark Pine trees, and vendors must demonstrate their ability to navigate challenging mountain roads while adhering to federal and state safety regulations. Interested contractors should contact Brenda G. Dwyer at brenda.dwyer@usda.gov for further details and ensure they are registered with the System for Award Management to submit their proposals, which will be evaluated based on technical capability, past performance, and pricing.
BCLH Stewardship IRSC Phase 3
Buyer not available
The U.S. Department of Agriculture, Forest Service is soliciting proposals for the BCLH Stewardship IRSC Phase 3 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead Fires in Marion County, Oregon. The project involves cutting and removing fire-killed timber, managing hazard trees, and performing essential road maintenance and reconstruction tasks to restore access to critical routes while promoting environmental stewardship. This initiative is crucial for enhancing forest health and ensuring safe access to recreational areas, with a contract period extending from March 12, 2025, to October 15, 2029. Interested contractors must submit their proposals, including a bid guarantee, by the specified deadlines, and can contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further information.