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
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    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.
    USDA Forest Service Wildfire & All-Hazard Incident Sources Sought
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small business contractors to provide various services related to wildfire and all-hazard incident management. The procurement aims to identify firms capable of fulfilling needs such as food services, medical services, heavy equipment rentals, and sanitation, among others, to support the agency's mission of protecting communities and natural resources during incidents. These services are critical for managing both natural and manmade events that threaten public safety and environmental health. Interested parties should contact Kimberly Luft at kimberly.luft@usda.gov for further information and are encouraged to register in the System for Award Management (SAM) to be eligible for future opportunities.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Mt. Pinos Toilet Pumping Services, Los Padres NF
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting proposals for toilet pumping services at 13 locations within the Mt. Pinos Ranger District of the Los Padres National Forest in California. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to pump Forest Service-owned campground and trailhead toilets, ensuring proper waste disposal in compliance with federal, state, and local regulations. This contract, which is a total small business set-aside, includes a one-year base period with four optional one-year extensions, and services are to be performed annually from May 1 to October 31. Interested contractors must submit their proposals by December 17, 2025, at 12:00 PM PST, via email to Erin.Scott-James@usda.gov, and must have an active SAM registration to be eligible for consideration.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    Heli-Well Tank
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking to procure a new metal rectangular water storage tank, known as a Heli-well, for wildland fire suppression efforts. This procurement aims to acquire a large-capacity, leak-proof, and transportable steel tank that facilitates water-dipping for helicopters and provides bottom drafting options for fire engines, ensuring effective firefighting capabilities. The tank must meet specific dimensions of 10ft W x 15ft L x 10ft D and include features such as an open top, two 4-inch NH pipe thread ports for filling, and corrosion-preventative paint. Interested small businesses must submit their technical and price proposals via email to Chris Wissen at christopher.wissen@usda.gov by the specified deadline, with evaluations based on pricing, warranty, delivery timeframe, and overall value to the government.
    F--BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota. The contract will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated exclusive use period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific performance capabilities and qualified personnel. Interested small businesses must submit their proposals by December 30, 2025, at 1300 PS, and can direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.
    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.