2026 Vehicle with Driver Regions 1 and 4 ONLY
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Department of Agriculture (USDA), Forest Service (USFS) anticipates issuing a Request for Quotes (RFQ) for East Zone Vehicle with Driver services for use in Regions 1 and 4. This Presolicitation aims to establish multiple Incident Blanket Purchase Agreements (I BPAs) for fire suppression, all-hazard incidents, and prescribed project work. The opportunity is set aside for Total Small Business. Responses are anticipated by May 4, 2026.
Scope of Work
Contractors will provide vehicles with drivers for local, regional, and national fire suppression, all-hazard incidents, and RX prescribed project work. This includes providing all necessary equipment, materials, supplies, transportation, lodging, and fully managed, supervised, trained, and certified personnel. Resources may also be used by interagency cooperators (DOI, NPS, BIA, State agencies) under their respective payment and administrative terms. Annual onboarding periods for additional contractors/resources will be determined by the USFS Fire and Aviation Management (F&AM) Regional Program Office.
Contract & Timeline
- Type: Presolicitation for multiple Incident Blanket Purchase Agreements (I BPAs)
- Set-Aside: Total Small Business, with socioeconomic status advantage considered.
- Response Due: May 4, 2026
- Published: March 16, 2026
- Rates: Proposed rates must reflect up to a 16-hour daily shift and include all pricing elements identified in Section B.2. Payment will be at rates in effect at the time of order issuance.
- Dispatch Centers: Agreements will be competitively awarded within advertised regional dispatch centers. Vendors are encouraged to select the dispatch center closest to their resources for timely response and best value.
Submission Requirements
The solicitation will be issued through the Virtual Incident Procurement (VIPR) Next Gen System. Vendors must:
- Maintain a valid email address for all VIPR communications.
- Possess a valid Unique Entity ID (UEI) from SAM.gov.
- Maintain an active SAM.gov registration.
- Have a Login.gov account for electronic business transactions and VIPR Next Gen account creation.
- Submit quotes electronically using the VIPR Next Gen Vendor Application.