Rapid Extraction Module Support - REMS

SOL #: 12024B26Q7004Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA FOREST SERVICE
BOISE, ID, 83705, United States

Place of Performance

Place of performance not available

NAICS

Ambulance Services (621910)

PSC

Forest/Range Fire Suppression/Presuppression Services (F003)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 16, 2026
2
Last Updated
Apr 28, 2026
3
Submission Deadline
May 18, 2026, 11:00 PM

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 aid in local, regional, and national fire suppression, all-hazard incidents, and prescribed project work. This opportunity is a Total Small Business Set-Aside. Quotes 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. Services include support for specific REMS types (I, II, III), each with detailed personnel, equipment, and qualification requirements. Key equipment includes 4x4 vehicles, OHVs with ROPS, and medical gear. Personnel must meet NWCG standards and hold relevant medical certifications. All vehicles must be licensed, legally operable, and meet safety standards. Resources may be utilized by interagency cooperators.

Contract Details

  • Type: Multiple Incident Blanket Purchase Agreements (I-BPAs/BPAs)
  • Period of Performance: 3 years from award, with annual review modifications. Orders are not guaranteed.
  • Estimated Program Value: $22,500,000.00
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5). A 5% socioeconomic status advantage is applied to the Dispatch Priority List (DPL) ranking for eligible small business categories (e.g., HUBZone, SDVOSB, EDWOSB, WOSB, 8(a)).
  • Submission: Electronically via the Virtual Incident Procurement (VIPR) Next Gen System. Vendors must maintain a valid email, Unique Entity ID (UEI), active SAM.gov registration, and a Login.gov account. Technical quotes must include pictures/documents demonstrating operational acceptability.
  • Evaluation: Quotes will be assessed based on operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk. Offerors must hold prices firm for 60 calendar days.
  • Response Due: May 18, 2026.

Important Notes

The solicitation incorporates various FAR clauses and references Exhibits (e.g., Exhibit M for Minimum Equipment Lists, Exhibit H for Geographic Area Terms and Conditions). Vendors are strongly encouraged to select dispatch centers closest to their resources to ensure timely response and best value.

People

Points of Contact

Cristina HeaneyPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 8Viewing
Solicitation
Posted: Apr 28, 2026
Version 7
Solicitation
Posted: Apr 27, 2026
View
Version 6
Solicitation
Posted: Apr 10, 2026
View
Version 5
Solicitation
Posted: Apr 1, 2026
View
Version 4
Solicitation
Posted: Apr 1, 2026
View
Version 3
Solicitation
Posted: Mar 31, 2026
View
Version 2
Pre-Solicitation
Posted: Mar 16, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 16, 2026
View