Chainsaw Repair Service for Region 3 and 4 East Zone ESB
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 USDA Forest Service is re-opening Solicitation 1202SB24Q7009 for an open season Onboarding period to establish Multiple Award Incident Blanket Purchase Agreements (I-BPAs) for Chainsaw Repair Services in Region 3 and 4 East Zone ESB. This opportunity supports local, regional, and national fire suppression and all-hazard incidents. Quotes are due May 7, 2026, at 16:00 MST.
Purpose & Context
This amendment re-opens the original solicitation to conduct Onboarding in accordance with Exhibit H – Special Contract Requirements. This is not a new procurement action but allows new Offerors to submit quotes and existing awardees to revise rates or add resources under the terms of the original solicitation. Any new I-BPA awards will be identical to the original agreements, including terms, conditions, and period of performance.
Scope of Work / Key Requirements
Contractors will provide mobile chainsaw repair services with self-contained units, including:
- Mobile Chainsaw Repair Unit/Trailer(s) and transportation vehicle(s) meeting specific standards.
- Minimum Equipment: AC power source, extension cords, fuel, customer service area, lighting, air compressor, chain breaker tool, chain rivet spinner, 1,000 feet of chain, parts inventory, chain grinder(s), and appropriate repair tools.
- Service Standards: Normal repairs expected within 24 hours; daily tracking log of equipment serviced; ability to order parts on-site; acceptance of credit cards.
- Personnel Requirements: Must provide Personal Protective Equipment (PPE) and be able to communicate in English.
Contract Details
- Type: Multiple Award Incident Blanket Purchase Agreements (I-BPAs).
- Duration: 3 years from the date of award, with annual review modifications.
- Estimated Value: Up to $34,000,000.00.
- Ordering: Individual orders are limited by the Simplified Acquisition Threshold (SAT). Placement of orders is not guaranteed.
Set-Aside & Eligibility
This acquisition is a 100% Total Small Business Set-Aside. The NAICS code is 115310 with a size standard of $34,000,000.00. Socioeconomic categories such as HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB) may receive a 5% advantage each (up to 10% total) in dispatch priority ranking. Vendors must be registered in SAM.
Submission & Evaluation
Quotes must be submitted through the "VIPR NextGen" application located at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d. Evaluation factors include: operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk. New quote submissions must meet all Acceptability Pass/Fail requirements. Lower prices may result in higher dispatch priority. Technical quotes require specific pictures/files of the resource. Offers must be held firm for 60 calendar days.
Important Dates & Contact
- Quote Response Due: May 7, 2026, at 16:00 MST.
- Contact: Britta Wolsey, Britta.Wolsey@usda.gov, 307-351-3413.