MODIFICATION
F -- VIPR I-BPA for Heavy Equipment for Region 2 - Rocky Mountain Region
- Notice Date
- 2/7/2020 9:38:36 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Rocky Mountain Regional Office LAKEWOOD CO 80401 USA
- ZIP Code
- 80401
- Solicitation Number
- 1282X920Q7005
- Response Due
- 3/23/2020 4:00:00 PM
- Archive Date
- 04/07/2020
- Point of Contact
- KIM LUFT, Phone: 3032755405
- E-Mail Address
-
kimberly.luft@usda.gov
(kimberly.luft@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The USDA Forest Service, Rocky Mountain Region (Region 2), is soliciting quotes (RFQ) for Heavy Equipment for use on a local, Regional, and Nationwide basis. Optional 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. RATES: Proposed rates should be based on up to a 16hr. Daily Shift and include all within B.2 -- PRICING AND ESTIMATED QUANTITY. 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://gacc.nifc.gov/rmcc/logistics/docs/rma_dispatch_map.pdf . � INSPECTIONS: Pre-award inspections will be conducted. The Rocky Mountain Region Inspection submittal requirements will be scheduled and determined by the Region 2 Fire and Aviation Management Program Office.� All Quoters will be provided specific details once the solicitation has closed.�� � SET-ASIDES:� The Government anticipates awarding multiple preseason Incident Blanket Purchase Agreements (I-BPAs) using a total Small Business set aside with further consideration for SDVOSB, SDB, EDWOSB, WOSB & HUBzone.� See 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 and award notification, are conducted via e-mail. 2) Vendors must have a valid DUNS Number. Request a free DUNS Number from https://iupdate.dnb.com/iUpdate/companylookup.htm. 3) Vendors must have active registration in the System for Award Management (SAM): https://www.sam.gov/SAM/.� � 4) Vendors are required to have a USDA Level 2 eAuthentication account that provides the ability to conduct official electronic business transactions. Information: https://www.fs.fed.us/business/incident/eauth.php.�� Fraudulent Level 2 eAuthentication accounts will be handled by the USDA Office of Inspector General (OIG) and/or the Forest Service�s Law Enforcement and Investigations Division (LEI). 5) Vendors must submit a quote electronically using the VIPR Vendor Application:� http://www.fs.fed.us/business/incident/vendorapp.php.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ab0f7f93e33442d2b21d1edbbdfded3e/view)
- Place of Performance
- Address: Lakewood, CO 80401, USA
- Zip Code: 80401
- Country: USA
- Zip Code: 80401
- Record
- SN05554229-F 20200209/200210120625 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |