SOLICITATION NOTICE
W -- Forest Service Wildland Fire Tent System Rentals
- Notice Date
- 3/4/2025 2:26:04 PM
- Notice Type
- Presolicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- USDA-FS PPS INCIDENT PROCUREMENT Boise ID 837055354 USA
- ZIP Code
- 837055354
- Solicitation Number
- 1202RZ25Q0002
- Response Due
- 4/11/2025 4:00:00 PM
- Archive Date
- 04/26/2025
- Point of Contact
- Kimberly Luft, Phone: 7204678317
- 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
- GENERAL: Product or Service Code: W099 Set Aside: 100% Small Business NAICS Code: 115310 SBA Size Standard: $34M CONTRACTING OFFICE ADDRESS: USDA Forest Service WO-PPS At-Incident Management Support Branch (AIMS) 1617 Cole Blvd Lakewood, CO 80401 SYNOPSIS: The Department of Agriculture (USDA), US Forest Service (USFS), is soliciting quotes (RFQ) for Tent Systems for use during local, regional, and nationwide fire suppression, all-hazard incidents, and RX Project Work. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAR FAC 2025�02, effective date Jan 3, 2025. Anticipate Solicitation posting within 5-10 days of synopsis publication. Forecast hosting Vendor pre-quote meeting the last week of March. The Government anticipates awarding multiple preseason Incident Blanket Purchase Agreements (I-BPAs) using a total Small Business set aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 115310, with a small business size standard of $34M. The US Forest Service (USFS) Wildland Fire Program has an immediate need for tent systems defined as fully enclosed areas for multi-use facilities, including but not limited to: office spaces, meeting rooms, storage for supplies, electronics, food, and accommodation for personnel and first aid/medical facilities. The term tent system is synonymous with yurt. In addition, a tent system requires insulated walls, insulated ceiling, flooring, lighting, a temperature control system and an adequate power and distribution system to meet the requirement provided within the solicitation. APPLICABLE DEFINITIONS: IMT/CIMT - An incident management team (IMT) is dispatched or mobilized during complex emergency incidents to provide a command-and-control infrastructure in order to manage the operational, logistical, informational, planning, fiscal, community, political, and safety issues associated with complex incidents. Complex incident management teams (CIMT) are available for assignment to manage large-scale, complex incidents anywhere in the United States. IMTs/CIMTs include people from federal, state, local, tribal, and territorial entities. INCIDENT - A human?caused or natural event requiring action or support by emergency service personnel to prevent or minimize loss of life or damage to property and/or natural resources. RESOURCE ORDER - A written instrument issued by the Government resource ordering system approved by persons to whom authority has been delegated authorizing assignment to an incident. TENT SYSTEMS - The term tent system is synonymous with yurt. Dimensions provided are nominal and other dimensions are acceptable as long as the space falls within the square footage stated for the resource type. The operational intent of this tent system is to obtain a fully enclosed area that can be used as a multi-use facility, including but not limited to office spaces, meeting rooms, storage for supplies, electronics, food, and accommodation for personnel and first aid/medical facilities. A tent System requires a complete package including all equipment to provide an operational contained space with insulated walls, insulated ceiling, flooring, lighting, temperature control system and an adequate power and distribution system to meet the requirement provided in this document. Tent System quoted daily rate will reflect the full package as defined with power and distribution system and temperature-controlled system included. Tent System Falls within the below configurations: ITEM NO 0001: Type 1 Tent System - 1001-1300 square feet (example 23' x 60'); minimum generator capacity requirement: 50 AMPS per system* 0002: Type 2 Tent System - 701-1000 square feet (example 23' x 42'); minimum generator capacity requirement: 30 AMPS per system* 0003: Type 3 Tent System - 501-700 square feet (example 19' x 35'); minimum generator capacity requirement: 20 AMPS per system* 0004: Type 4 Tent System - 200-500 square feet (example 20' x 20', 20' octagon); minimum generator capacity requirement: 20 AMPS per system* *Clarification on adequate power and distribution by tent system � Minimum AMPS is provided for quoting purposes based on Government estimated power demands for laptops, printers, etc. (outside of heating and cooling power needs). The provided power for each tent system ordered requires supporting the entire tent system�not just interior power. This includes heating and cooling, interior lighting, and overall power distribution in the tent system order. Additionally, generator power could be allocated across multiple tent systems, allowing higher-demand tents to use more power while staying within the total allocated average provided per system. Available amps are measured at the generator output per the original equipment specification plate mounted on the generator. Tents may require more or less power, but on average, the contractor should provide the minimum average amps per tent. This is calculated by dividing the available amps across all supplied generators, in either a single-phase or three-phase output, whichever is used by the contractor, by the number of tent systems. RATE INCLUSIONS - Proposed rates shall include, but are not limited to, labor (as required), equipment, operating supplies, materials, State and Federal taxes (including workers compensation costs), insurance coverage, transportation costs, overhead, and profit, and any costs/fees necessary to ensure equipment/operators/crews meet(s) the specified standards. As required by the agreement, maintenance, and operator transportation, delivery/setup/takedown, mobilization/demobilization, and a Contractor's representative attendance at the operational period briefings should also be included. DESIGNATED DISPATCH POINTS - The proposed physical address offered will become the Designated Dispatch Point (DDP) for that location. Contractor personnel and equipment will be physically located and available to perform services deploying from the quoted DDP locations. GEOGRAPHIC AREA - A boundary designated by wildland fire protection government agencies for interagency, intergovernmental planning, coordination, and operations for the effective use of emergency management resources within their area. Eastern Area - Minnesota, Iowa, Illinois, Ohio, West Virginia, Pennsylvania, Maryland, Rhode Island, New York, Vermont, Connecticut, Massachusetts, New Hampshire, Maine, and New Jersey Great Basin - Nevada, Utah, Western Wyoming, and Southern Idaho Northern California � Northern California Northern Rockies � Montana, Northern Idaho, and North Dakota Northwest Area - Oregon and Washington Rocky Mountain - Colorado, Wyoming, South Dakota, Nebraska & Kansas Southern Area - Oklahoma, Texas, Arkansas, Louisiana, Kentucky, Virginia, Tennessee, North Carolina, South Carolina, Georgia, Alabama, Mississippi, and Florida Southern California � Southern California Southwest Area - Arizona and New Mexico NOTE: 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. Vendors must have active registration in the System for Award Management (SAM): https://sam.gov/content/entity-registration Pre-Quote Meeting: The Government is planning a virtual pre-quote meeting the last week of March 2025, during which potential quoters may obtain a better understanding of the work required. Quoters must register at https://forms.office.com/g/g93puHb4pU prior to Thursday, March 20, 2025, 1700 MT.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f27e6a8bb4214860a0d68aaeb1a4b3e5/view)
- Place of Performance
- Address: Lakewood, CO, USA
- Country: USA
- Country: USA
- Record
- SN07360244-F 20250306/250304230043 (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 |