BLM BURN MODULES FY27 ENGINES-FIRE
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 Bureau of Land Management (BLM), specifically the National Interagency Fire Center, is soliciting quotes for Prescribed Burns Engines and support services in the Northwest Oregon District. This is a Total Small Business Set-Aside opportunity for a Firm-Fixed Price contract to assist with the BLM's prescribed burning program. Quotes are due by May 26, 2026, at 9:00 a.m. Mountain Daylight Time.
Scope of Work
The core service involves providing engine modules for prescribed fire operations. Key tasks include:
- Fire line construction and maintenance (mechanical and hand)
- Vegetation modification (brushing, lopping, scattering)
- Fuels management (pullback, pile covering, ignition)
- Fire suppression activities (holding, mop-up, patrol, snag felling)
- Fire line and road access repair
Personnel must meet National Wildfire Coordinating Group (NWCG) standards, and key personnel require English proficiency. Contractors must develop and adhere to a general safety plan and a site-specific Communication/Safety/Emergency Plan.
Contract Details
- Contract Type: Firm-fixed price purchase order.
- Period of Performance: Award through December 31, 2028. Resources must be available with 24-hour notification between April 1st to June 30th and September 15th to December 1st.
- NAICS Code: 115310 – Support Activities for Forestry – Fuels Management Services.
- Size Standard: $34.0 million.
- Place of Performance: Northwest Oregon District, BLM, as detailed in the provided contract map.
Set-Aside & Eligibility
This is a 100% Total Small Business Set-Aside. Bidders must be registered and active in the System for Award Management (SAM) and submit their Unique Entity ID (UEI) and CAGE code with their quote. The solicitation also incorporates Notice of Indian economic enterprise set-aside provisions.
Submission & Evaluation
- Questions Due: Tuesday, May 12, 2026, 9:00 a.m. Mountain Daylight Time.
- Quotes Due: Tuesday, May 26, 2026, 9:00 a.m. Mountain Daylight Time.
- Submission Method: Via email to daniel.rosales@ios.doi.gov.
- Evaluation: Quotes will be evaluated on a comparative basis, considering:
- Technical Capability (max 5 pages)
- Relevant Experience (at least two past jobs)
- Key Personnel
- Price
Award will be made to the responsible offeror whose quote is most advantageous to the Government.
Key Attachments
Important attachments include the Performance Work Statement (PWS), Contract Map, Wage Determination (No. 1977-0079), and Clauses and Provisions (including FAR and DIAR clauses).