Idaho Bids > Bid Detail

Retardant On-Demand

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159438468959390
Posted Date: Jun 16, 2022
Due Date: Dec 31, 2022
Solicitation No: 1202SC21Q0004
Source: https://sam.gov/opp/8d8dec7d15...
Follow
Retardant On-Demand
Active
Contract Opportunity
Notice ID
1202SC21Q0004
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FOREST SERVICE
Office
USDA-FS, INCIDENT PROCUREMENT LOGISTICS
General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Jun 15, 2022 09:46 pm MDT
  • Original Published Date: Mar 11, 2022 04:17 pm MST
  • Updated Date Offers Due: Dec 31, 2022 11:59 pm MST
  • Original Date Offers Due: Dec 31, 2022 11:59 pm MST
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 31, 2032
  • Original Inactive Date: Dec 31, 2032
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F003 - NATURAL RESOURCES/CONSERVATION- FOREST-RANGE FIRE SUPPRESSION/PRESUPPRESSION
  • NAICS Code:
    • 325998 - All Other Miscellaneous Chemical Product and Preparation Manufacturing
  • Place of Performance:
    ID 83705
    USA
Description View Changes

June 15, 2022 - Amendment 001 - Issued



Amendment 001 is issued to the Retardant On-Demand solicitation that revises the specification to address the addition of the Ground Applied Unit requirement in Exhibit D.1. Minor updates to Schedule B address these revisions. Please see the attached amended solicitation - Solicitation 1202SC21Q0004 A001 061522.pdf.

Please email the Contracting Officer (Larry Robillard - larry.robillard@usda.gov) with any questions you may have.



++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++



Combined synopsis and solicitation in accordance with FAR 13.105 (b).



The USDA Forest Service continues to have a need to obtain Long-Term Fire Retardant (LTFR) products and the ancillary on-site services to store, mix and load LTFR products onto Government supplied fixed wing airtankers (AT), very large airtankers (VLAT), single engine airtankers (SEAT), helicopters (H) and ground tenders (GT) at various locations throughout the U.S. This procurement is for all Offerors capable of supplying fully qualified Long-Term Fire Retardants in accordance with US Department of Agriculture Forest Service Specification 5100-304d Long-Term Retardant, Wildland Firefighting and currently on the Long-Term Retardant for Wildland Fire Management Qualified Products List (QPL) located at https://www.fs.fed.us/rm/fire/wfcs/documents/2021-1005_qpl_ret.pdf.



This acquisition is a follow-on acquisition from the previous FOB Origin Long-Term Fire Retardant contract and the Mobile Retardant Bases agreements and is being solicited as a Small Business set-aside, limited to companies that meet the small business size standard set forth by the North American Industry Classification System (NAICS) code 325998 (fire retardant chemical preparations manufacturing) with a size standard of 500 employees. This acquisition intends to establish Blanket Purchase Agreements (BPA) for the 2022 Calendar Year period of supply and performance. BPAs established will be commercial, multiple award, under the authority of Federal Acquisition Regulations (FAR), part 12, Acquisition of Commercial Items in conjunction with FAR part 13, Simplified Acquisition Procedures. The dollar limitation for any individual order is the Simplified Acquisition Threshold (SAT) ($7.5M IAW Agency procedure). This procurement is available to any existing or new Offerors proposing for the first time. In this manner, existing Contractors will be provided the annual opportunity to update their pricing and new Offerors will be allowed to provide their offer for consideration.



All Offerors must provide their offers as directed in Section E of the solicitation and pricing in the 2022 Schedule of Items in Section B. The effective period of the resultant BPAs will be from date of establishment through 31 December 2031 with annual reviews happening around the end of each current year. The BPA period of performance will be from date of established BPA to 31 December 2022. All responsible Offerors and suitable offers will be considered by the USDA Forest Service. All Offerors must have an active registration in SAM.GOV at the time of submission in order to be considered. Any offeror that does not have an active SAM.GOV registration will be rejected as non-responsive.



Please email the Contracting Officer (Larry Robillard – larry.robillard@usda.gov) with any questions you may have.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 3833 S. DEVELOPMENT AVE
  • Boise , ID 837055354
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >