VIPR I-BPA for Mobile Laundry Unit for Region 13 - National

SOL #: 12024B23Q7003Pre-Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA FOREST SERVICE
BOISE, ID, 83705, United States

Place of Performance

Place of performance not available

NAICS

Drycleaning and Laundry Services (except Coin-Operated) (812320)

PSC

Forest/Range Fire Suppression/Presuppression Services (F003)

Set Aside

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

Timeline

1
Posted
Feb 22, 2023
2
Last Updated
Jan 27, 2025
3
Response Deadline
Mar 7, 2023, 7:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

The Department of Agriculture (USDA), US Forest Service (USFS), National Zone (Regions 2, 3, 4, 5 and 6), anticipates soliciting quotes (RFQ) for Mobile Laundry Units (Type 1 and Type 2) for use during local, regional, and nationwide fire suppression and all-hazard incidents. Section D.2 within the solicitation will contain equipment details. The Contractor is responsible for all equipment, materials, supplies, transportation, lodging, trained/certified personnel, and supervision and management of those personnel, necessary to meet or exceed the Agreement specifications. Optional awarded agreement use by Interagency Cooperators (subject to that agency's payment and administrative terms). The resources may be used in the protection of lands, to include but not be limited to, severity, fire suppression, and all-hazard incidents. The USFS Equipment & Services Contracting Branch (ESB) in tandem with Regional Program Office Representatives will determine annually whether it is in the Government's best interest to initiate an open season on-ramping process to add additional Contractors and/or resources during the annual Contracting Officer (CO) review period noted in Section C.3.1 of the solicitation.

RATES: Proposed rates should be based on up to a 16hr. Daily Shift and include all within B.2 -- PRICING AND ESTIMATED QUANTITY. Note: D.21.8.1 -- Rates of Payments. Payment will be at the rates specified in the agreement that is in effect at the time of the order.

DISPATCH CENTER: Agreements will be competitively awarded within the Regional dispatch centers. Agreement intent and Government guidance is for Quoters to select the available dispatch center closest to their resource location in order to reasonably meet the Government's (Host Agency's) date and time needed for emergency incident support, as well as offer best value to the Government for travel costs for each potential dispatch/BPA Call. Since wildland fire support and locations are unknown at time of award, selection of a host dispatch center/zone outside of where the resources reside may result in loss of opportunity and failure to meet Government's critical and timely need at time of incident. Map link: https://www.nifc.gov/nicc/

SET-ASIDES: The agreement will be competitively awarded. The Government anticipates awarding multiple preseason Incident Blanket Purchase Agreements (I-BPAs) using a total Small Business set aside with further consideration per Section B.6 -- SOCIOECONOMIC STATUS ADVANTAGE APPLICABLE TO DPL RANKING.

****The solicitation will be issued using the Virtual Incident Procurement (VIPR) system****

1) Vendors must have a valid e-mail address; all VIPR communications, to include rate negotiations, technical evaluations/photo uploads, and award notifications, are conducted via e-mail.

2) Vendors must have a valid UEI (Unique Entity ID) Number. Request a free UEI Number from the System for Award Management (SAM): https://sam.gov/content/entity-registration

3) Vendors must have active registration in the System for Award Management (SAM): https://sam.gov/content/entity-registration

4) Vendors are required to have a USDA Level 2 eAuthentication account that provides the ability to conduct official electronic business transactions. WILL NEED THIS TO CREATE A VIPR ACCOUNT.

Information: https://www.eauth.usda.gov/eauth/b/usda/registration

5) Vendors must submit a quote electronically using the VIPR Vendor Application: https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d

People

Points of Contact

Lydia Moore-WardPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 8
Solicitation
Posted: Jan 27, 2025
View
Version 7
Solicitation
Posted: Jan 22, 2024
View
Version 6
Solicitation
Posted: Mar 18, 2023
View
Version 5
Solicitation
Posted: Mar 17, 2023
View
Version 4
Solicitation
Posted: Mar 9, 2023
View
Version 3
Solicitation
Posted: Mar 8, 2023
View
Version 2
Pre-Solicitation
Posted: Mar 8, 2023
View
Version 1Viewing
Pre-Solicitation
Posted: Feb 22, 2023