Fire Command Buildup (4305) for Shasta-Trinity National Forest
ID: 127EAY24Q0076Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA SOUTHWEST 1Albuquerque, NM, 871023498, USA

NAICS

All Other Automotive Repair and Maintenance (811198)

PSC

MODIFICATION OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (K023)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Fire Command Buildup project (Solicitation No. 127EAY24Q0076) for the Shasta-Trinity National Forest, focusing on vehicle modifications to enhance firefighting capabilities. The procurement requires the installation of emergency lighting, sirens, and radio systems on a designated vehicle, with a project execution period of 220 days post-award. This initiative is crucial for improving operational effectiveness and safety during fire command operations. Interested small businesses must submit comprehensive technical and price proposals, with evaluations based on price, delivery schedule, and technical capability. For further inquiries, contact Joshua Williams at joshua.williams2@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a combined synopsis/solicitation (Solicitation No. 127EAY24Q0076) for the Fire Command Buildup project for the Shasta-Trinity National Forest, which involves modifications to a specific vehicle. The solicitation is set aside for small businesses, adhering to NAICS Code 811198 and stipulating a project execution period of 220 days post-award. Quoters are required to submit comprehensive proposals, including a technical proposal outlining past performance and technical capability, as well as a price proposal. Evaluation factors include price, delivery schedule, and technical capability, with past performance being equally crucial. The government aims to ensure that all submissions meet compliance with industry standards and federal regulations. The scope of work specifies the installation of emergency lighting, sirens, and radio installations, targeting detailed technical specifications to ensure operational effectiveness under applicable standards. The document serves to solicit bids from qualified small businesses, demonstrating the government's intent to enhance firefighting capabilities through careful procurement processes and compliance checks.
    The document outlines specifications for a vehicle procurement intended for the USDA Forest Service's Fire Command, Operations Support, and Prevention units. It requests a 4-door, 5-passenger, 4-wheel drive SUV, primarily white in color, with a series of required features including a special service package, engine block heater, all-terrain tires, and a higher output alternator. The vehicle must display specific markings, including reflective stripes and non-reflective equipment designators on both the front and rear. Additionally, the document specifies a minimum required set of equipment such as a lightbar, siren, and console. Detailed door decals are mandated, including the Forest Service shield and other identifying markings. Overall, this request serves to enhance the agency's firefighting and operational capabilities while maintaining visibility and compliance with safety standards.
    The document outlines the wage determinations under the Service Contract Act, specifically focusing on applicable minimum wage rates for contracts awarded on or after January 30, 2022. It details wage rates for various occupations in California's Shasta County, stipulating a minimum wage of $17.20 per hour, or higher depending on listed rates, for covered workers in 2024. The document also includes information on fringe benefits such as health and welfare, vacation, and holiday entitlements applicable to workers under federal contracts. It specifies additional provisions for paid sick leave under Executive Order 13706. The regulation requires contractors to classify unlisted occupations through a formal conformance process, ensuring equity in wage determination compared to listed roles. Emphasis is placed on executive, administrative, and professional exemptions in relevant fields, particularly for computer employees. Furthermore, the document outlines allowances for uniforms, hazard pay, and night or Sunday pay for certain roles, reflecting the diverse needs of service contract employees. This comprehensive listing aims to guide contractors in compliance with federal labor standards while ensuring fair compensation for workers across various job classifications.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Klamath River Basin WCS, Rx Fire Engines
    Active
    Agriculture, Department Of
    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.
    SMMU Highway Signs, Shasta Trinity National Forest, California
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the procurement of two towable lighted highway signs for the Shasta Trinity National Forest in California. The signs are intended for public messaging in various scenarios, including roadwork and emergency response, and must meet specific technical specifications outlined in the solicitation. This procurement is crucial for enhancing traffic management and public safety in the area. Interested vendors should submit their quotes by September 16, 2024, with a delivery requirement of 120 days post-award to the McCloud Ranger Station. For further inquiries, potential bidders can contact Clement Bucher at clement.bucher@usda.gov or Kari Hughes at kari.hughes@usda.gov.
    Y--03 - CON - Disaster, Grizzly Flats Guard Station R
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for the design and construction of the Grizzly Flats Guard Station Rebuild project, which aims to enhance firefighting capabilities in the Eldorado National Forest. The project includes constructing an engine garage, four barracks, and essential utility infrastructure, with a strong emphasis on sustainable building practices and backup power solutions due to the area's vulnerability to power outages. This initiative is critical for supporting local firefighting operations and improving community safety, with an estimated construction cost exceeding $10 million. Interested small business contractors must submit their proposals by October 30, 2024, and can direct inquiries to Christopher Keck at christopher.keck@usda.gov or call 402-657-3092.
    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.
    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.
    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.
    USDA Forest Service Truck Toppers
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking proposals from qualified small businesses for the procurement of two insulated truck toppers designed for seedling transport. The specifications for these toppers include composite sandwich core construction with R12 high-density foam, a steel rear door frame with heavy-duty hinges, and a design that fits within an 8-foot truck bed while allowing rear hatch functionality. This procurement is crucial for ensuring reliable transport solutions in agricultural and environmental contexts, aligning with the agency's operational needs. Proposals are due by September 19, 2024, and interested parties should direct inquiries to Stevie Fehrs at stevie.fehrs@usda.gov or JoAnne Meiers at joanne.meiers@usda.gov.
    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.
    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.