VIPR I-BPA for Clerical Support Unit for Region 13 - National
ID: 12024B25Q7002Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICEBOISE, ID, 83705, USA

NAICS

Other Business Service Centers (including Copy Shops) (561439)

PSC

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

Set Aside

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

    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for a VIPR I-BPA for Clerical Support Unit services for Region 13 on a total small business set-aside basis. The procurement aims to ensure compliance with updated federal regulations and operational guidelines, including the provision of internet connectivity and backup power sources for uninterrupted operations. The clerical support services are crucial for incident management teams, facilitating efficient documentation and communication during emergency responses. Interested vendors should direct inquiries to Jennifer Travis at jennifer.travis@usda.gov or call 970-373-7170, with proposals due in accordance with the solicitation timeline.

    Point(s) of Contact
    Files
    Title
    Posted
    The Clerical Support Unit document provides answers to common questions regarding the operational guidelines for a federal Request for Proposals (RFP) related to clerical support services. Key topics include clarification on pricing discrepancies for color copies, document scanning costs based on pages versus complete documents, and bookbinding requirements which do not mandate covers. The document stresses that the quantity of photocopiers is a recommendation focused on meeting volume capabilities rather than a strict requirement. It also outlines that the functionalities of printers and scanners can be satisfied through multi-functional copiers, ensuring operational flexibility. Furthermore, labor regulations regarding the employment of minors are clarified, emphasizing compliance with federal and state laws. The document acknowledges the ambiguity in supply requirements during deployments, as conditions vary significantly, and includes information on the availability of past records related to the Clerical Support Unit. This summary encapsulates the essential aspects aimed at guiding potential contractors in preparing their proposals while emphasizing compliance and operational readiness in the context of government contracting.
    The document addresses common questions regarding the Clerical Support Unit's solicitation for vendor services, emphasizing pricing strategies and operational guidelines. It clarifies that vendors must set their daily rates based solely on their own business processes since past pricing information is not publicly available. The evaluation of bids occurs post-solicitation closure, where an independent government cost estimate informs acceptable pricing ranges. The document maintains that all vendors are required to adhere to the same pricing for consumables, despite some concerns about potential shortfalls in covering product costs. Moreover, vendors must provide their own internet connectivity, comply with labor laws, and the staffing structure generally requires one person per 24-hour shift. The text also addresses specific queries regarding document scanning charges and variations in copy pricing based on paper type and size. Overall, it underscores the government’s aim to ensure fair pricing and compliance while maintaining transparency in the procurement process.
    The document provides guidance regarding clerical support units (CSUs) for Incident Management Teams (IMTs) as part of federal RFP responses. It states that specialized requests outside the standard rate sheet cannot be accommodated, emphasizing the importance of adhering to the provided inventory list to streamline invoicing and operations. Clarifications on equipment stipulations reveal that while some items are recommended rather than mandatory, they still need to meet operational needs to avoid delays. OSHA compliance for workplace safety and requirements around power sources and equipment setup are addressed. Vendors must ensure that steps for unit entry meet safety standards, and a functioning generator is necessary for operation. Additionally, CSUs need to be fully equipped as specified, and any deviations may lead to demobilization from incidents if compliance is not maintained. This document aims to establish clarity and efficiency in CSU operations to optimize the support provided during incident response activities and to mitigate operational challenges for both vendors and teams.
    The Clerical Support Unit's document addresses frequently asked questions regarding the solicitation for technology and operational requirements. It specifies that each unit must provide its own internet connectivity, a stipulation outlined in the scope of the agreement. Additionally, while a backup generator is permissible, it must ensure uninterrupted power supply for operations. Another critical point is the identification of authorized dispatch center locations for Region 5, which are limited to CA-ONCC and CA-OSCC. Any submissions proposing other locations will necessitate modifications or may face rejection. This document serves to clarify operational protocols and restrictions to ensure compliance with the solicitation's requirements, critical for the effective deployment and management of resources within the involved regions.
    The Clerical Support Unit's document addresses frequently asked questions regarding the solicitation for technology and operational requirements. It specifies that each unit must provide its own internet connectivity, a stipulation outlined in the scope of the agreement. Additionally, while a backup generator is permissible, it must ensure uninterrupted power supply for operations. Another critical point is the identification of authorized dispatch center locations for Region 5, which are limited to CA-ONCC and CA-OSCC. Any submissions proposing other locations will necessitate modifications or may face rejection. This document serves to clarify operational protocols and restrictions to ensure compliance with the solicitation's requirements, critical for the effective deployment and management of resources within the involved regions.
    Similar Opportunities
    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.
    Notice of Intent to Award a BPA Call Order against The Land Management Integrated Resources BPA (LMIR)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a Blanket Purchase Agreement (BPA) Call Order against the Land Management Integrated Resources BPA (LMIR) for various professional services related to forestry and natural resource restoration. This procurement aims to support a wide range of activities, including engineering, project management, and communications, and is available for use by all federal agencies across multiple forests and grasslands. The BPA Call Order, exceeding $25,000, will be competitively awarded to eligible companies already approved for call orders under the LMIR BPA, with 48 businesses currently qualified to receive the solicitation. Interested parties can reach out to Ioulia Boxley at ioulia.boxley@usda.gov for further details, as this opportunity is part of a continuous pre-solicitation process allowing contractors to join at any time.
    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.
    Region 01 Tree Planting Services
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for tree planting and associated services across Region One, which includes Montana and Northern Idaho. The procurement aims to secure high-quality tree planting, shrub/native planting, and related services to ensure maximum stock survival and prompt reforestation on lands affected by disturbances such as fire, insects, or harvesting. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will cover various national forests and the Bureau of Land Management's Missoula Office, divided into four distinct pods with specific requirements for planting and additional services. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.
    LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Land Management Integrated Resources (LMIR) National Blanket Purchase Agreement (BPA). This BPA encompasses a wide range of services including professional services, natural resources restoration, engineering, project management, and compliance with environmental regulations, with a performance period extending from early spring 2023 through early spring 2033. The LMIR BPA is crucial for supporting various federal agencies in managing and restoring forest and grassland ecosystems across the United States, ensuring adherence to sustainability practices and environmental stewardship. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact the LMIR BPA Team at SM.FS.lmirbpa@usda.gov or call 986-217-1467 for further details.
    Hot Food Delivery Service for Wildland Fire Response (RFI)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for a Hot Food Delivery Service to support wildland fire response efforts. This Request for Information (RFI) aims to gather insights on the capabilities of potential contractors to provide hot food transportation services, including necessary staffing, equipment, and pricing estimates. The service is critical for ensuring that personnel engaged in fire suppression and related activities receive adequate meals during operations in remote locations. Interested vendors must respond to the RFI by February 17, 2026, and can direct inquiries to primary contact Donald Keever at Donald.Keever@USDA.gov or secondary contact Jarrod Simontacchi at jarrod.simontacchi@USDA.gov. This opportunity is set aside for small businesses under the SBA guidelines.
    Intent to Extend National Type 2 Firefighter Crew Blanket Purchase Agreement
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to extend the period of performance for the Blanket Purchase Agreements (BPAs) related to Type 2 Firefighter Crew services, originally established under solicitation number 1202SC21Q0001. This extension aims to synchronize the timelines for both the Type 2 Initial Attack (IA) and Type 2 Contract Crew programs, extending the effective period of all current and future BPAs through May 2027, following an annual review in 2026. These BPAs are crucial for supporting forestry operations, particularly in fire suppression and presuppression activities across the United States. Interested parties can direct inquiries to Bryce N. Pitchford at bryce.pitchford@usda.gov or by phone at 208-991-7639, with no immediate response required for this Special Notice as further instructions will be provided in a future solicitation amendment.
    Facilitation Services for Labor Management and Union Negotiation
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking facilitation services for labor management and union negotiations related to a new collective bargaining agreement. The primary objective of this procurement is to facilitate a preparation meeting and negotiation process between management and union representatives. Such services are crucial for ensuring effective communication and collaboration during labor negotiations, which can significantly impact workforce relations and operational efficiency. Interested parties can reach out to Todd Mathie at todd.mathie@usda.gov or by phone at 505-563-7331 for further details regarding this opportunity.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) to support various land management activities across multiple National Forests in California. This BPA aims to facilitate hazardous fuels reduction, restoration work, and other stewardship activities, with a focus on improving forest health and ecosystem vitality while addressing local community needs. The BPA will remain open for proposals throughout its 10-year term, with the possibility of extension up to 20 years, and will allow for multiple awards based on technical and pricing evaluations. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals via email to the designated contacts, Matt Daigle and Mark Phillipp, with the solicitation remaining active until December 31, 2032.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.