Rapid Extraction Module Support - REMS
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) National Zone anticipates issuing a Request for Quotes (RFQ) for Rapid Extraction Module Support (REMS). This presolicitation aims to establish multiple preseason Incident Blanket Purchase Agreements (I BPAs) for fire suppression, all-hazard incidents, and prescribed project work across all regions. The solicitation will be issued via the Virtual Incident Procurement (VIPR) Next Gen System. Responses are anticipated by May 5, 2026.
Scope of Work
Contractors will provide all necessary equipment, materials, supplies, transportation, lodging, and fully managed, supervised, trained, and certified personnel for REMS. Services include support for local, regional, and national fire suppression, all-hazard incidents, and prescribed project work, focusing on the protection of lands. Resources may also be used by interagency cooperators (DOI, NPS, BIA, State agencies).
Contract & Timeline
- Type: Presolicitation for multiple Incident Blanket Purchase Agreements (I BPAs)
- Set-Aside: Total Small Business, with additional consideration for socioeconomic status per Section B.6.
- Response Anticipated By: May 5, 2026
- Published: March 16, 2026
- Product Service Code: F003 (Forest/Range Fire Suppression/Presuppression Services)
Requirements & System Information
The solicitation will be issued through the VIPR Next Gen System. Vendors must:
- Maintain a valid email for all VIPR communications.
- Possess a valid Unique Entity ID (UEI).
- Maintain an active SAM.gov registration.
- Have a Login.gov account to create a VIPR Next Gen account.
- Submit quotes electronically via the VIPR Next Gen Vendor Application. Proposed rates must cover up to a 16-hour daily shift and include all pricing elements from Section B.2. Agreements will be competitively awarded within advertised regional dispatch centers; vendors are encouraged to select the dispatch center closest to their resources.
Additional Notes
Annual open season onboarding periods may be initiated by USFS Fire and Aviation Management (F&AM) Regional Program Office Representatives. Dispatch center information is available at https://www.nifc.gov/nicc/.