Description
The Department of Agriculture (USDA), US Forest Service (USFS), ESB West Zone (Region 6 ONLY) anticipate soliciting quotes (RFQ) for Potable & Gray Water Truck/Handwashing Station
(Trailer Mounted) for use during local, regional, nationwide fire suppression, all-hazard incidents, and RX Prescribed Project Work. Section D.2 within the solicitation will contain
equipment & personnel requirement details. The Contractor is responsible for all equipment, materials, supplies, transportation, lodging, managed/supervised/trained/certified
personnel necessary to meet or exceed the Agreement specifications. The resources may be used in the protection of lands, to include but not be limited to, severity, fire suppression,
all-hazard incidents, and RX Prescribed Project Work. Optional awarded Agreement use by Interagency Cooperators (DOI, NPS, BIA, State etc..) are subject to that agency?s payment and
administrative terms. The USFS Fire and Aviation Management (F&AM) Regional Program Office Representatives will determine annually whether it is in the Governments 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 advertised and available
regional dispatch centers. Agreement intent and Government guidance is for Quoters to select the available dispatch center closest to their resource location to reasonably meet the
Governments (Host Agencys) 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 Governments 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. YOU 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