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) 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 use in all regions, supporting fire suppression, all-hazard incidents, and prescribed project work. The solicitation will be a Total Small Business Set-Aside. Responses to the anticipated RFQ are due 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. Resources will be utilized for local, regional, and national fire suppression, all-hazard incidents, and prescribed project work. Optional use by interagency cooperators (DOI, NPS, BIA, State agencies, etc.) is permitted.
Contract Details
- Type: Presolicitation for Incident Blanket Purchase Agreements (I BPAs)
- Set-Aside: Total Small Business
- Rates: Proposed rates must reflect up to a 16-hour daily shift, including all pricing elements from Section B.2. Payment will be at rates in effect at the time of order issuance.
- Dispatch: Agreements will be competitively awarded within advertised regional dispatch centers. Vendors are encouraged to select centers closest to their resources for timely response and best value.
- Open Season: Annual review by the Contracting Officer (CO) will determine if an open season onboarding period is initiated to add contractors/resources.
Key Requirements & Submission
The solicitation will be issued through the Virtual Incident Procurement (VIPR) Next Gen System. Vendors must:
- Maintain a valid email for all VIPR communications.
- Possess a valid Unique Entity ID (UEI) and active SAM registration.
- Have a Login.gov account for electronic transactions and VIPR Next Gen access.
- Submit quotes electronically via the VIPR Next Gen Vendor Application.
Timeline
- Anticipated RFQ Response Due: May 5, 2026, 11:00 PM ET
- Published: March 16, 2026