Chipper for East Zone (Regions 1, 2, and 4)
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 has re-opened Solicitation 1202SB24Q7017 for an open season Onboarding period to establish Multiple Award Incident Blanket Purchase Agreements (I-BPAs) for Chipper Services in the East Zone (Regions 1, 2, and 4). These services support local, regional, and national fire suppression, all-hazard incidents, and prescribed fire project work. This opportunity is a 100% Small Business Set-Aside. Quotes are due May 7, 2026, at 16:00 MST.
Scope of Work
This re-opened solicitation seeks chipper services, specifically:
- Chipper Types: Type 1 (18-inch minimum diameter capacity), Type 2 (13-17 inch diameter capacity), and Type 3 (9-12 inch diameter capacity).
- Equipment Design: Must be hand-fed; machine-fed chippers are not acceptable. Units can be towed or self-propelled.
- Crew Requirements: A minimum 3-person crew is required, with an in-feed mechanism operating in forward, reverse, and stop modes. A 2-person crew is acceptable if ordered and documented, with a rate adjustment.
- Personnel: Must be proficient in English and at least 18 years old for hazardous duties. RT-130 Annual Fireline Refresher is required.
- Personal Protective Equipment (PPE): Specific PPE includes boots, hard hat, eye/hearing protection, headlamp, new generation fire shelter, and flame-resistant clothing.
- Equipment Standards: All equipment must be in good repair and meet applicable standards, including spare tires for wheeled chippers.
Contract Details
- Contract Type: Multiple Indefinite Delivery/Indefinite Quantity (IDIQ) Blanket Purchase Agreements (I-BPAs).
- Period of Performance: Agreements are valid for 3 years from the date of award, subject to annual review modifications.
- Estimated Value: The solicitation references a Size Standard of $34,000,000.00.
- Set-Aside: This is a 100% Small Business Set-Aside.
- Ordering: Placement of orders is not guaranteed and is based on Government need.
Submission & Evaluation
- Submission Method: Quotes must be submitted electronically through the Virtual Incident Procurement (VIPR) Next Gen System at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d. Vendors must use Login.gov to access USDA eAuth protected applications.
- Evaluation Factors: Quotes will be evaluated based on operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk. Technical quotes will undergo a "PASS/FAIL" assessment.
- Deadlines: Vendor quote responses are due no later than May 7, 2026, at 16:00 MST.
Additional Notes
This Onboarding period allows existing I-BPA awardees to revise rates or add resources, and new Offerors to submit quotes. Any new I-BPA awards will be identical in terms and conditions to the original agreements.