This solicitation is for Rapid Extraction Module Support (REMS) services for local, regional, and nationwide fire suppression, all-hazard incidents, and prescribed fire project work. Multiple Blanket Purchase Agreements (BPAs) will be awarded. Vendors must submit quotes through the VIPR Next Gen system. Key requirements include specific equipment (e. g. , OHVs with safety features, radios), personnel qualifications (e. g. , EMTs, paramedics, rope rescue technicians, firefighter type 1/2), and adherence to strict operational and safety standards. Contractors are responsible for all personnel, equipment, transportation, and lodging. Payment will be made based on rates in effect at the time of order. The government reserves the right to inspect resources. The agreement period is for 3 years from the date of award, with annual reviews. This is a total small business set-aside, with additional consideration for socioeconomic status.
The bid notice does not specify a definitive delivery deadline for proposals. Offers must be submitted by the exact time specified in the solicitation.
The bid notice states that payment will be made at the rates specified in the agreement that is in effect at the time of the order. Payment will normally be processed at the end of the emergency assignment, with partial payments authorized at the incident agency's discretion. Daily rates are paid on a calendar day basis, with fractional days paid at 50% of the daily rate for periods less than 8 hours.
The bid notice includes a warranty clause stating that the contractor warrants and implies that the items delivered under this contract are merchantable and fit for use for the particular purpose described in this contract.
The government will award a sufficient number of BPAs to responsible quoters whose quotes conforming to the solicitation will be advantageous to the government, price and other factors considered. The following factors shall be used to evaluate quotes: 1. Operational acceptability of equipment/resource offered to meet the government requirement, 2. Price reasonableness, 3. Past performance (dependability/risk).
Quoters must be responsible and their quotes must conform to the solicitation. Specific qualifications for personnel include current medical credentials, authorization from a medical director for wildland fire services, and current rope rescue certifications. Firefighter Type 1 (FFT1) and Firefighter Type 2 (FFT2) qualifications are also required, along with specific training such as RT130 and ICS-100/700.
The bid notice mentions that repeated failures at pre-use incident inspection may be grounds for cancellation of the agreement. Misconduct may result in the suspension or cancellation of the agreement. Violations of social media or confidentiality clauses may result in contract action, including removal from incident assignment or cancellation of the agreement.
The bid notice mentions optional pre-quote meetings where potential quoters may obtain a better understanding of the work required. However, it cautions that remarks or clarifications at the conference do not change the terms and conditions of the solicitation unless amended.
The bid notice does not mention the submission of samples.
The bid notice does not explicitly state a deadline for challenging the bid. However, it references FAR ****, Disputes, which governs dispute resolution.
The bid notice does not provide an estimated total monetary value for the solicitation.