2026 Annual Review National Type 2 Firefighter Crews
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 is conducting its 2026 Annual Review for National Type 2 Firefighter Crews, extending existing Blanket Purchase Agreements (BPAs) through May 2027 and reopening the solicitation for new companies. This Total Small Business Set-Aside opportunity seeks qualified crews for fire suppression, All-Hazard incidents, and Severity/Preparedness assignments nationwide. Proposals are due April 1, 2026, at 2:00 PM Mountain Time.
Purpose and Scope
This solicitation aims to establish multiple BPAs for commercially available Type 2 qualified wildland firefighter crews. Services include fire suppression, All-Hazard incidents, and Severity/Preparedness assignments across the nation. The current BPA period is extended through May 2027, and new companies are invited to submit quotes.
Key Updates and Requirements
- BPA Extension: Current BPAs are extended through May 2027.
- Solicitation Reopened: New companies can now submit quotes.
- Crew Boss Roster: Crew Bosses and alternates will no longer be assigned to specific Type 2 crews. Contractors must establish and maintain a Government-approved roster of qualified individuals.
- FFT1 Qualification Verification: Contractors must submit complete and current qualification documentation for all Firefighter Type 1 (FFT1) personnel (both current awardees and new quotes) by June 1, 2026, to
https://usfs.app.box.com/f/909937ac229740fd9446af7fd5b67cc9. While not a condition of award, timely submission assists verification and prevents potential dispatch limitations. - Designated Dispatch Point (DDP): Documentation proving ownership or control of the DDP address, ensuring operational viability, must be submitted to
SM.FS.IPO_IIPA@usda.gov. - Updated Sections: Clauses, Section B.5.3, D.1.16, and notes for awardees/offerors have been updated, and the most current wage determination is incorporated.
Contract Details
- Type: Multiple Blanket Purchase Agreements (BPAs)
- Duration: Effective period of 6 years from May 11, 2021 (extended to May 2027).
- Pricing: Fixed-price hourly rates.
- Individual Order Limit: $7.5M.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Requirements: Crews must be located within 100 miles of their Designated Dispatch Center (DDC). Contractors must furnish all equipment, materials, supplies, transportation, lodging, and trained personnel. A Quality Control/Safety/Training Plan is required within 30 days of award.
Submission and Evaluation
- Pre-Quote Meeting: March 17, 2026, at 2:00 PM Mountain Time via Microsoft Teams. Attendees should respond to the questionnaire in Section E. Questions must be submitted in writing via
https://forms.office.com/g/xg0Q4Rjp5Lprior to the meeting. - Proposal Due: April 1, 2026, at 2:00 PM Mountain Time.
- Submission Method: Electronically to
Type 2t2uglw5ljiq5khiy@u.box.com. Submissions must include a Business Part and a Technical Part as separate files. No fax or hard copy offers will be accepted. - Evaluation: Based on Quote Acceptability (assent to terms, key personnel, past performance) and Price. Quotes must assent to all terms; exceptions will result in a "no go" rating.
Contacts
Primary: Christopher Kirk (chris.kirk@usda.gov) Secondary: Jeffrey Gardner (jeffrey.gardner@usda.gov)