IDIQ BASE + 4 Option Years: Wrap - Structure Protection, Roll (NFES 0881)
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 USDA Forest Service, Incident Procurement Logistics is soliciting quotations for an Indefinite Delivery/Indefinite Quantity (IDIQ) Firm-Fixed-Price Requirements Contract for Wrap - Structure Protection, Rolls (NFES 0881). This acquisition is a Total Small Business Set-Aside and aims to procure specialized thermal barrier wrap used in wildland fire fighting. Quotations are due by May 15, 2026, at 11:59 PM Eastern Daylight Time.
Scope of Work
The primary deliverable is Wrap - Structure Protection, Rolls (NFES #0881), which consists of aluminum foil laminated to a woven fiberglass cloth. This wrap provides a thermal barrier to protect structures during wildland fire incidents.
- Technical Specifications: Detailed material, testing, and quality assurance requirements are outlined in Attachment 2 (Specification 5100-624), including peel strength, creep, burst strength, and tensile strength tests. Manufacturers must be ISO 9001 registered.
- Packaging & Shipping: Specific requirements for preservation, packaging in rolls (minimum 300 linear feet, 54 or 60 inches wide), and palletization (maximum 30 rolls per pallet) are provided in Attachment 3. Delivery is FOB Destination to National Incident Support Cache locations.
- Delivery: Required within 60 calendar days of award, unless otherwise directed.
Contract Details
- Contract Type: Firm-Fixed-Price Requirements Contract (IDIQ)
- Period of Performance: One base year and four one-year option periods, not to exceed five years total. The period is from May 20, 2026, to December 31, 2030.
- Estimated Quantities: Approximately 1,500 rolls per year (30 rolls/pallet), though these are estimates and not guaranteed.
- Set-Aside: Total Small Business Set-Aside (100%)
- NAICS Code: 332999 (Fire Fighting Equipment Manufacturing), with a small business size standard of 750 employees.
- Award Intent: The Government intends to make a single award, though it reserves the right to make multiple awards for different line items.
Submission & Evaluation
- Quotation Due Date: May 15, 2026, 11:59 PM EDT.
- Questions Due Date: May 6, 2026, 12:00 PM EDT, via email to amy.tilley@usda.gov.
- Required Documentation:
- Pricing for all items (Schedule of Items, Attachment 1)
- Hazardous Material Identification and Safety Data (Attachment 1)
- Offeror's Information (Attachment 4)
- Completed Past Performance Questionnaire (Attachment 5)
- Evaluation Criteria: Award will be made to the highest technically rated offeror, provided the proposed price is fair and reasonable, and past performance is acceptable or neutral. Tradeoffs will not be conducted, meaning the lowest-priced offeror will not necessarily receive the award.
- Past Performance: Offerors must provide Attachment 5 (Past Performance Questionnaire) to their references for direct submission to the Government by May 15, 2026, 11:59 PM EDT.
- Eligibility: Offerors must be registered in SAM.gov and adhere to Buy American–Free Trade Agreements–Israeli Trade Act clauses.
Contact Information
- Primary Point of Contact: Amy Tilley (amy.tilley@usda.gov, 802-330-1934)