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 is soliciting proposals for Rapid Extraction Module Support (REMS) services to establish multiple Incident Blanket Purchase Agreements (I-BPAs). These services will support local, regional, and national fire suppression, all-hazard incidents, and prescribed project work. This acquisition is a Total Small Business Set-Aside. Proposals are due May 11, 2026, at 05:00 PM MST.
Scope of Work
Contractors will provide comprehensive REMS, including all necessary equipment, materials, supplies, transportation, lodging, and fully managed, supervised, trained, and certified personnel. REMS resources will be utilized for the protection of lands, including severity, fire suppression, all-hazard response, and prescribed project work. Optional use by interagency cooperators (DOI, NPS, BIA, State agencies) is permitted.
Key Requirements
Vendors must provide REMS Type I, II, or III, each with specific personnel and equipment requirements detailed in Exhibit M. Personnel: Must meet minimum qualifications, certifications (e.g., NWCG standards, RT-130 refresher), training, physical fitness standards, and possess valid Incident Qualification Cards. Medical personnel (EMTs, AEMTs, Paramedics) require current licenses and medical direction. All personnel must communicate in English. Equipment: Includes specific vehicle types (e.g., 4x4 OHV with ROPS, continuously variable transmission, spark arrester, specific tire tread, lighting, horn, fire extinguisher), safety features, and medical equipment. Transportation: Vehicles must be licensed, legally operable, and capable of 50 mph. Vehicles with a Gross Vehicle Weight Rating (GVWR) of 10,001 lbs or greater require an annual USDOT certified vehicle inspection or current Commercial Vehicle Safety Alliance Inspection. Operators of vehicles with a GVWR of 26,001 lbs or greater must meet federal and state Commercial Driver's License (CDL) requirements. Personal Protective Equipment (PPE) is mandatory for fireline personnel.
Contract Details
- Type: Multiple Indefinite-Delivery/Indefinite-Quantity (IDIQ) Incident Blanket Purchase Agreements (I-BPAs).
- Period of Performance: 3 years from the date of award, with annual review modifications.
- Orders: Placement of orders is NOT GUARANTEED. The dollar limitation for any individual order is the Simplified Acquisition Threshold (SAT).
- Rates: Proposed rates must reflect up to a 16-hour daily shift. Offerors must hold prices firm for 60 calendar days.
Submission & Evaluation
Quotes must be submitted electronically through the Virtual Incident Procurement (VIPR) Next Gen System Vendor Application. Technical quotes require specific pictures and documents demonstrating operational acceptability. Evaluation Factors: Operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk. Socioeconomic Advantage: A 5% socioeconomic status advantage is applied to the Dispatch Priority List (DPL) ranking for eligible small business categories (HUBZone, Service-Disabled Veteran-Owned, EDWOSB, WOSB, 8(A)), up to a 10% cap.
Eligibility / Set-Aside
This acquisition is a Total Small Business Set-Aside (100%). The NAICS code is 621910 with a size standard of $22,500,000.00.
Important Notes
Vendors must maintain a valid email address, a valid Unique Entity ID (UEI), an active SAM.gov registration, and a Login.gov account to use the VIPR Next Gen System. Vendors are encouraged to select the dispatch center closest to their resources. Contact: Cristina Heaney at cristina.heaney@usda.gov or 406-599-3199.