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
    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.
    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 solicitation number 127EAT24Q0038. The objective is to replace and standardize SCBA equipment across all forests in the Pacific Southwest Region, enhancing safety and operational efficiency for firefighting efforts. This procurement is set aside for small businesses within the NAICS code 339999, and it includes a comprehensive list of SCBA items such as pack frames, masks, and air cylinders, with a contract period spanning from November 2024 to October 2029. Interested vendors must submit their proposals by email by September 19, 2024, at 2:00 PM Pacific Time, and can contact Michael Johnson at michael.c.johnson@usda.gov for further information.
    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.
    Mini Excavator for Plumas National Forest
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the procurement of a Mini Excavator weighing no more than 4,500 lbs for use in the Plumas National Forest. The requirements include specific attachments such as a 10” bucket, thumb, and a 9” auger, which are essential for forestry operations. This procurement reflects the government's commitment to enhancing its equipment capabilities while promoting small business participation, as the solicitation is set aside for small businesses under the NAICS code 336991. Interested parties must submit their proposals, including technical and price details, by September 23, 2024, and can direct inquiries to Aileen Fleming at aileen.fleming@usda.gov.
    Polaris Ranger NorthStar Edition UTVs with Trade-in - El Dorado NF
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for the procurement of two Polaris Ranger NorthStar Edition Utility Task Vehicles (UTVs) for the El Dorado National Forest, with a trade-in of two older models. The procurement is set aside for total small businesses and requires the UTVs to meet specific performance and safety standards, including a 999cc engine, 82 horsepower, and various advanced features such as hydraulic disc brakes and electronic power steering. These vehicles are crucial for operational readiness in the national forest, enabling effective resource management and service delivery. Interested vendors must submit their proposals by the specified deadline and can contact Blaine Greenwalt at blaine.greenwalt@usda.gov for further information.
    USDA Forest Service All-Hazard Incident Sources Sought
    Active
    Agriculture, Department Of
    Sources Sought Notice: AGRICULTURE, DEPARTMENT OF - FOREST SERVICE is seeking qualified sources for all-hazard incident services. These services are typically used to fulfill repetitive forecasted and unforeseen incident needs on a national basis, including wildland fire and hazardous fuel reduction projects. The Forest Service is looking for small business contractors who can provide various resources such as food services, hydration, heavy equipment rentals, medical services, repair services, sanitation, satellite communication, logging equipment, traffic control services, mobile office trailer rental, power generation, waste management, and more. Interested companies must be registered in the System for Award Management (SAM) and can submit their information through the provided link. This notice is for informational and planning purposes only, and the Government does not guarantee future orders.
    NEZ PERCE-CLEARWATER NF Salmon River Seed Orchard Well Drilling
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking qualified contractors for the "Salmon River Seed Orchard Well Drilling" project located in the Nez Perce-Clearwater National Forests in Idaho. The primary objective is to drill a well to provide potable water to the nursery, with provisions for additional wells if the initial attempt does not meet specifications. This project is crucial for ensuring sustainable water resources for agricultural activities within the national forest, reflecting the government's commitment to effective water management. Bids are due by September 26, 2024, at 11:00 A.M. MT, with a project budget estimated between $100,000 and $250,000, and work is expected to commence no earlier than October 15, 2024, continuing until October 15, 2025. Interested contractors can contact Daniel Franco at daniel.franco@usda.gov or Pamela Baltz at pamela.baltz@usda.gov for further information.
    Risk Reduction Solution
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide a Risk Reduction Solution as part of a Special Notice procurement. The primary objective is to support the Risk Reduction Solutions Team (RRST) in delivering national program-level assistance to maintain critical timber and wood products infrastructure, which is vital for implementing the wildfire crisis strategy across the national forest system. This opportunity is restricted to approved holders of the Blanket Purchase Agreement (BPA) for Program Management Support for the National Forest System, emphasizing the importance of environmental consulting services in mitigating wildfire risks. Interested parties can direct inquiries to Janeen Damiano at Janeen.Damiano@usda.gov, with the period of performance set for one year from the award date.
    Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services
    Active
    Agriculture, Department Of
    Presolicitation AGRICULTURE, DEPARTMENT OF FOREST SERVICE is seeking Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services in Boise, ID, USA. The service is typically used for inspection, maintenance, repair, inventory management, engineering support, training, and coordination activities to ensure operational readiness for eight (8) Modular Airborne Fire Fighting Systems, second generation (MAFFS II), and associated ground equipment during the wildland fire season and throughout the year. The anticipated response date is 31 March 2024 at 1400 MT. The set aside code is Total Small Business Set-Aside (FAR 19.5). The NAICS code is 488190 – Other Support Activates for Air Transportation. The small business size standard is $40 Million. The Forest Service intends to issue a request for quotes (RFQ) on or around 1 March 2024. The resulting contract will be a firm-fixed priced (FFP), indefinite-delivery, indefinite-quantity (IDIQ) contract with a twelve (12)-month base period and four (4), twelve (12)-month option periods. Interested parties shall submit quotes through e-mail to the Contracting Officer, Gwen Boyle, at Gwendolynn.Boyle@usda.gov. Contractors must be registered and active in the SAM.gov database prior to contract award. All invoices for this procurement shall be submitted through the Department of Treasury’s Internet Payment Platform (IPP). For further information, please contact Gwen Boyle at Gwendolynn.Boyle@usda.gov.
    P-23 Fire Truck Engine Replacement Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for P-23 Fire Truck Engine Replacement Services through a Request for Quotation (RFQ) under solicitation number W50S72-24-Q-7209. The contractor will be responsible for providing all necessary personnel, equipment, and materials to replace the 8V92TA Detroit diesel engine within a 150-day timeframe, ensuring the fire truck's operational readiness, including water pumping capabilities. This procurement is critical for maintaining emergency response capabilities and is set aside exclusively for small businesses, with a firm-fixed price contract to be awarded based on the lowest responsive quote. Interested vendors must submit their proposals, including a completed Vendor Information Sheet and product specifications, by the deadline of September 12, 2024, and can direct inquiries to Capt. Allison Harbit at allison.harbit@us.af.mil or Mark A. Crombie at mark.crombie.1@us.af.mil.