VIPR I-BPA for Chainsaw Repair Service for Region 3 and 4 East Zone ESB

SOL #: 1202SB24Q7009Pre-Solicitation

Overview

Buyer

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

Place of Performance

Place of performance not available

NAICS

Support Activities for Forestry (115310)

PSC

Forest/Range Fire Suppression/Presuppression Services (F003)

Set Aside

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

Timeline

1
Posted
Jan 16, 2024
2
Last Updated
Apr 21, 2026
3
Response Deadline
Mar 4, 2024, 7:00 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 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.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 5
Solicitation
Posted: Apr 21, 2026
View
Version 4
Solicitation
Posted: Mar 19, 2026
View
Version 3
Solicitation
Posted: Jan 28, 2025
View
Version 2
Solicitation
Posted: Jan 29, 2024
View
Version 1Viewing
Pre-Solicitation
Posted: Jan 16, 2024