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 National Zone is soliciting proposals for Rapid Extraction Module Support (REMS) services. This opportunity aims to establish multiple Inter-Agency Blanket Purchase Agreements (I-BPAs) to provide critical support for local, regional, and nationwide fire suppression, all-hazard incidents, and prescribed fire project work. This acquisition is a Total Small Business Set-Aside. Proposals are due May 18, 2026.
Scope of Work
Contractors will provide fully managed, supervised, trained, and certified personnel, along with all necessary equipment, materials, supplies, transportation, and lodging for REMS Types I, II, and III. Services will support various State and Federal wildland fire agencies. Key requirements include:
- Personnel: Must meet NWCG standards, hold valid Incident Qualification Cards, and possess required medical certifications (EMTs, AEMTs, Paramedics with current licenses and medical direction). All personnel must communicate in English.
- Equipment: Specific vehicle requirements include 4x4 capability, DOT approval, proper maintenance, and annual USDOT/CVSA inspections for vehicles over 10,001 lbs GVWR. Operators of vehicles over 26,001 lbs GVWR must meet CDL requirements. OHVs must have ROPS, patient extrication capabilities, specific tire tread, lighting, and safety features. Personal Protective Equipment (PPE) is mandatory.
- Deployment: Resources may be used for protection of lands, severity, fire suppression, all hazard response, and prescribed project work. Vendors are encouraged to select dispatch centers closest to their resources.
Contract Details
- Type: Multiple Inter-Agency Blanket Purchase Agreements (I-BPAs).
- Duration: 3 years from the date of award, with annual review modifications.
- Estimated Value: The estimated program value is $22,500,000.00.
- Order Limit: Individual orders are limited to the Simplified Acquisition Threshold (SAT).
- Guarantee: Placement of orders is NOT GUARANTEED.
- Set-Aside: This is a Total Small Business Set-Aside. A 5% socioeconomic status advantage (up to a 10% cap) is applied to the dispatch priority list for eligible small business categories, including HUBZone, Service-Disabled Veteran-Owned, EDWOSB, WOSB, and 8(A) concerns. The NAICS code is 621910 with a $22.5M size standard.
Submission & Evaluation
- Submission Method: Quotes must be submitted electronically through the Virtual Incident Procurement (VIPR) Next Gen System.
- Vendor Requirements: Offerors must possess a valid Unique Entity ID (UEI), maintain an active SAM.gov registration, and have a Login.gov account to access the VIPR Next Gen Vendor Application.
- Quote Content: Technical quotes must include pictures and documents demonstrating operational acceptability of equipment and resources.
- Evaluation Factors: Operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk.
- Pricing: Offerors must hold prices firm for 60 calendar days from the quote due date.
Key Dates & Contact
- Proposal Due Date: May 18, 2026, at 11:00 AM MDT.
- Contact: Cristina Heaney at cristina.heaney@usda.gov or 406-599-3199.
Amendments & Notes
Recent amendments have updated transportation requirements, clarified Exhibit M (Minimum Equipment Lists), and corrected fireline qualification requirements for REMS Type 3. Vendors must acknowledge all amendments.