VIPR I-BPA for Chipper for Region 3 - East Zone ESB

SOL #: 1202SB24Q7013Solicitation

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 17, 2024
2
Last Updated
Apr 22, 2026
3
Submission 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 U.S. Department of Agriculture (USDA), Forest Service (USFS) is re-opening Solicitation 1202SB24Q7013 for an "open season Onboarding period" for Chipper services in Region 3 - East Zone ESB. This effort aims to establish Multiple Award Incident Blanket Purchase Agreements (I-BPAs) to support local, regional, and national fire suppression and all-hazard incidents. This is a Total Small Business Set-Aside. The deadline for vendor quote responses is May 11, 2026, at 4:00 PM MST.

Scope of Work

The solicitation seeks Type 1 (18-inch), Type 2 (13-17 inch), and Type 3 (9-12 inch) hand-fed chippers. Contractors must provide a minimum 3-person crew (or 2-person with rate adjustment), all necessary personnel, equipment, materials, supplies, transportation, lodging, and supervision. Key requirements include specific Personal Protective Equipment (PPE), vehicle standards (e.g., tire requirements, no prohibited markings), and personnel qualifications such as English communication skills and RT-130 Annual Fireline Refresher. Compliance with the Agricultural Worker Protection Act (MSPA) is also required.

Contract Details

This acquisition will result in multiple I-BPAs. The agreements have an overall dollar limitation of $34,000,000.00, with individual orders limited to the Simplified Acquisition Threshold (SAT). The agreement period is for 3 years from the date of award, subject to annual review modifications. Onboarding is conducted under the terms of the original solicitation, meaning new I-BPA awards will be identical in terms, conditions, and period of performance to the original agreements.

Submission & Evaluation

Quotes must be submitted through the Virtual Incident Procurement (VIPR) Next Gen System (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. A 5% socioeconomic status advantage will be applied for specific categories (e.g., HUBZone, SDVOSB, 8(a), EDWOSB, WOSB), up to a 10% cap. Technical quotes require specific pictures and documentation. Offerors must be registered and active in SAM.

Key Dates & Contact

  • Response Due: May 11, 2026, at 4:00 PM MST
  • Published Date: April 22, 2026
  • Primary Contact: Sonia Torres (sonia.torres@usda.gov, 575-654-4207)

People

Points of Contact

Files

Files

View

Versions

Version 7
Solicitation
Posted: Apr 22, 2026
View
Version 6
Solicitation
Posted: Mar 23, 2026
View
Version 5
Solicitation
Posted: Mar 23, 2026
View
Version 4
Solicitation
Posted: Jan 29, 2025
View
Version 3Viewing
Solicitation
Posted: Jan 31, 2024
Version 2
Pre-Solicitation
Posted: Jan 19, 2024
View
Version 1
Pre-Solicitation
Posted: Jan 17, 2024
View