Retardant On-Demand

SOL #: 1202SC21Q0004Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA-FS, INCIDENT PROCUREMENT LOGISTICS
Boise, ID, 837055354, United States

Place of Performance

ID

NAICS

All Other Miscellaneous Chemical Product and Preparation Manufacturing (325998)

PSC

Forest/Range Fire Suppression/Presuppression Services (F003)

Set Aside

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

Timeline

1
Posted
Mar 11, 2022
2
Last Updated
Feb 2, 2026
3
Submission Deadline
Jan 1, 2023, 6:59 AM

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 USDA Forest Service is soliciting proposals for Retardant On-Demand (ROD) services, encompassing the provision of fully qualified Long-Term Fire Retardant (LTFR) products and ancillary services for mixing and loading. This acquisition aims to establish Multiple Award Blanket Purchase Agreements (BPAs) to support wildfire suppression efforts across the U.S. The solicitation is conducted under Full and Open Competition. Proposals are due February 13, 2026, at 1430 Mountain Time.

Scope of Work

Contractors will provide fully qualified LTFR products, which must be listed on the USDA Forest Service Specification 5100-304d. Services include operating Mobile Retardant Bases (MRBs) or utilizing existing fixed equipment for mixing and loading LTFR products onto various aircraft (fixed-wing airtankers, very large airtankers, single engine airtankers, helicopters) and ground tenders. Key deliverables also involve drafting/pumping water, providing necessary equipment and personnel, and ensuring rigorous quality assurance. Specific requirements vary based on the type of aircraft or ground unit being serviced.

Contract & Timeline

  • Contract Type: Multiple Award Blanket Purchase Agreements (BPAs)
  • Period of Performance: From date of establishment through December 31, 2031, with annual reviews.
  • Order Limitation: Individual orders are limited to the Simplified Acquisition Threshold (SAT) of $7.5 million.
  • Set-Aside: Full and Open Competition
  • Proposal Due: February 13, 2026, at 1430 Mountain Time
  • Published: February 2, 2026

Submission & Evaluation

Offerors must submit a completed and signed SF-1449, a completed Section B Schedule of Items, and provide responses to Section E.7. Quotation format details are specified in Section E Solicitation Provisions. Submissions must be in Adobe Acrobat (pdf) format, comprising a "Business Quotation" and a "Technical Quotation," and emailed to larry.robillard@usda.gov. Evaluation will be based on Offer Acceptability (assent to terms, business capability, technical capability, past performance) and Price. Awards will be made to responsible quoters whose offers conform to the solicitation and are advantageous to the Government.

Additional Notes

Placement of orders is not guaranteed due to the sporadic nature of wildland fire activity. All Offerors must have an active registration in SAM.gov at the time of submission; non-compliant offers will be rejected as non-responsive.

People

Points of Contact

Larry RobillardPRIMARY

Files

Files

Download
Download

Versions

Version 7
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Feb 21, 2025
View
Version 5
Combined Synopsis/Solicitation
Posted: Jan 5, 2024
View
Version 4
Combined Synopsis/Solicitation
Posted: Dec 6, 2023
View
Version 3
Combined Synopsis/Solicitation
Posted: Dec 29, 2022
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Jun 16, 2022
Version 1
Combined Synopsis/Solicitation
Posted: Mar 11, 2022
View