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 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
    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.
    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
    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.
    VIPR I-BPA for Heavy Equipment for West Zone Regions 5 and 6
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking vendors for a Multiple Award Incident Blanket Purchase Agreement (IBPA) for Heavy Equipment, including Dozers and Excavators, to support fire suppression and all-hazard incidents in Regions 5 and 6. This solicitation is a total small business set-aside, allowing participation from 8(a), SDVOSB, HUBZone, WOSB, and EDWOSB companies, and aims to onboard new contractors while allowing existing awardees to revise their resources and rates. The procurement is critical for enhancing the Forest Service's operational capabilities during fire incidents, with vendor responses due by March 7, 2025, at 16:00 PST. Interested parties can access the VIPR Vendor application for submission details and should direct inquiries to Nathan Stampke at nathan.stampke@usda.gov or by phone at 458-231-1180.
    VIPR I-BPA for West Zone Heavy Equipment with Water for Regions 3, 5 and 6
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the VIPR I-BPA for West Zone Heavy Equipment with Water for Regions 3, 5, and 6. This procurement aims to establish a Blanket Purchase Agreement (BPA) to provide essential heavy equipment and water services for forestry support activities, particularly in fire suppression and presuppression efforts. The services are critical for managing natural resources and ensuring effective responses to forest-related emergencies. Interested small businesses are encouraged to reach out to Francoies Morman at francoies.morman@usda.gov or call 770-362-9132 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    VIPR I-BPA for Fuel Tender for Regions 1, 2, and 4
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking vendors for a Fuel Tender service under the VIPR I-BPA for Regions 1, 2, and 4. This procurement aims to support fire suppression and all-hazard incidents by providing fuel tenders during local, regional, and nationwide operations. The opportunity is particularly significant as it is a Total Small Business Set-Aside, allowing small businesses to compete for this contract. Interested vendors must submit their responses by March 7, 2025, at 17:00 MST, and can access the solicitation details through the VIPR Vendor application. For further inquiries, vendors can contact Taylor Jones at taylor.jones@usda.gov or call 303-928-0298.
    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 is aimed at acquiring support activities for forestry, particularly in the area of natural resources and conservation related to forest and range fire suppression and presuppression. The services are crucial for effective forest management and emergency response to wildfires, ensuring the safety and preservation of forested areas. 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.
    VIPR I-BPA for Miscellaneous Heavy Equipment for Region 5 - Pacific Southwest Region
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service (USFS), is seeking vendors for a Multiple Award Incident Blanket Purchase Agreement (IBPA) for Miscellaneous Heavy Equipment in the Pacific Southwest Region (Region 5). This procurement includes essential equipment such as Feller Bunchers, Mulcher/Masticators, Strip Mulcher/Masticators, Road Graders, and Skidders, which will be utilized for local, regional, and nationwide fire suppression and all-hazard incidents. The solicitation is a total small business set-aside, allowing participation from 8(a), SDVOSB, HUBZone, WOSB, and EDWOSB companies, with responses due by March 7, 2025, at 16:00 PST. Interested vendors can access the VIPR Vendor application to submit their quotes and should direct any inquiries to Nathan Stampke at nathan.stampke@usda.gov or by phone at 458-231-1180.
    VIPR I-BPA for Water Handling for Regions 3 and 8
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the VIPR I-BPA for Water Handling services for Regions 3 and 8. This procurement aims to establish a Blanket Purchase Agreement (BPA) to provide essential water handling support activities, which are critical for forestry management and fire suppression efforts. The services will play a vital role in natural resource conservation, particularly in managing forest and range fire suppression and presuppression activities. Interested small businesses are encouraged to reach out to Taylor Jones at taylor.jones@usda.gov or call 303-928-0298 for further details regarding the solicitation, which is set aside for total small business participation under FAR 19.5.
    VIPR I-BPA for Heavy Equipment for East Zone (Regions 1, 2, 4, and 9)
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking vendors for a re-opened solicitation under the VIPR I-BPA for Heavy Equipment for the East Zone, covering Regions 1, 2, 4, and 9. This procurement aims to secure heavy equipment necessary for local, regional, and nationwide fire suppression and all-hazard incidents, as part of a Multiple Award Incident Blanket Purchase Agreement (IBPA) that is exclusively set aside for small businesses. The opportunity is critical for enhancing the Forest Service's operational capabilities during fire incidents, ensuring that they have the necessary resources readily available. Interested vendors must submit their responses by March 7, 2025, and can access the solicitation details through the VIPR Vendor application; for further inquiries, they may contact James Batty at james.batty@usda.gov or call 541-797-4794.
    VIPR I-BPA for Water Handling for Region 6 - Pacific Northwest Region
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the VIPR I-BPA for Water Handling services in the Pacific Northwest Region (Region 6). This procurement aims to establish a Blanket Purchase Agreement (BPA) for support activities related to forestry, particularly focusing on water handling for fire suppression and presuppression efforts. The services are critical for effective natural resource management and fire response strategies in forested areas. Interested small businesses are encouraged to reach out to Craig Ericson at craig.ericson@usda.gov or call 530-559-6264 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    VIPR I-BPA for Fuel Tender for Region 3 ONLY
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking vendors for a Fuel Tender service under the VIPR I-BPA for Region 3 only. This procurement is aimed at supporting fire suppression and all-hazard incidents, with the solicitation being re-opened for an open season Onboarding process, allowing both existing and new contractors to submit quotes. The opportunity is a total small business set-aside, and all submissions must adhere to the original solicitation's evaluation criteria and terms. Interested vendors should submit their responses by March 10, 2025, and can contact Joseph Perkins at joseph.perkinsv@usda.gov or 980-419-3768 for further information.