Chipper for Regions 5 & 6

SOL #: 12569R24Q7003Solicitation

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
Feb 1, 2024
2
Last Updated
Apr 17, 2026
3
Submission Deadline
Apr 27, 2026, 12:00 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. Forest Service (USFS), Department of Agriculture, is re-opening Solicitation 12569R24Q7003 for an open-season Onboarding period for Chipper Services in Regions 5 & 6. This opportunity is for Multiple Award Incident Blanket Purchase Agreements (I-BPAs) to support local, regional, and nationwide fire suppression and all-hazard incidents. The solicitation is a 100% Small Business Set-Aside. Vendor quote responses are due May 04, 2026, at 12:00 PM PST.

Scope of Work

This requirement is for the procurement of chipper services. Resources must meet NWCG Standards for Interagency Incident Business Management. Specific equipment requirements include hand-fed chippers with a minimum 3-person crew:

  • Type 1: 18-inch minimum diameter capacity
  • Type 2: 13-17 inch diameter capacity
  • Type 3: 9-12 inch diameter capacity Personal Protective Equipment (PPE) is mandatory for all personnel. Compliance with labor laws, including the Agricultural Worker Protection Act (MSPA) and H-2B program requirements, is also required.

Contract Details

This solicitation will result in multiple I-BPAs. The agreement period is for 3 years from the date of award, with annual review modifications. While the estimated value for NAICS code 115310 is $34,000,000.00, placement of any orders is not guaranteed. The dollar limitation for any individual order is the Simplified Acquisition Threshold (SAT).

Set-Aside & Eligibility

This is a 100% Small Business Set-Aside. Specific set-aside categories include HUBZone, Service-Disabled Veteran-Owned Small Business, Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Women-Owned Small Business (WOSB). Awards are prohibited to Government employees or entities owned by Government employees.

Submission & Evaluation

Quotes must be submitted through the Virtual Incident Procurement (VIPR) Next Gen System located at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d. Offerors must register and update information in the System for Award Management (SAM). Evaluation factors include:

  • Operational acceptability of equipment/resource
  • Price reasonableness
  • Past performance dependability risk A 5% advantage may be applied for socioeconomic categories. Offerors must submit technical quotes, including pictures and documentation, and agree to hold prices firm for 60 calendar days.

Key Dates

  • Vendor Quote Responses Due: May 04, 2026, 12:00 PM PST
  • Published Date: April 17, 2026

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
View
View

Versions

Version 7Viewing
Solicitation
Posted: Apr 17, 2026
Version 6
Solicitation
Posted: Mar 20, 2026
View
Version 5
Solicitation
Posted: Mar 20, 2026
View
Version 4
Solicitation
Posted: Jan 27, 2025
View
Version 3
Solicitation
Posted: Mar 8, 2024
View
Version 2
Solicitation
Posted: Feb 15, 2024
View
Version 1
Pre-Solicitation
Posted: Feb 1, 2024
View
Chipper for Regions 5 & 6 | GovScope