Emergency Medical Responder for Region 13 - National
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 (USFS) has re-opened Solicitation 12024B23Q7002 for an Emergency Medical Responder (EMR) open season Onboarding period. This opportunity seeks to establish or expand Multiple Award Incident Blanket Purchase Agreements (I-BPAs) for EMR services to support local, regional, and national fire suppression and all-hazard incidents. Vendor quote responses are due by May 5, 2026, at 5:00 PM MST.
Scope of Work
This solicitation is for Emergency Medical Responders (EMRs) to provide services for fire suppression, all-hazard incidents, and prescribed fire project work. Resources must meet specific standards, including various EMR types (EMTB, EMTF, AEMT, AEMF, EMTP, EMPF) with required licenses, certifications, and training (e.g., RT-130, ICS-100, NIMS IS-700). Specific equipment, Personal Protective Equipment (PPE), and dependable, legally operable vehicles are required. Personnel must be able to communicate in English.
Contract Details
This effort will result in multiple I-BPAs, issued as full and open. The period of performance is 2 years from the date of award, subject to annual review modifications. No orders or payments are guaranteed. Proposed rates must be all-inclusive. While there is no specific set-aside, a 5% advantage is applied for socioeconomic categories (e.g., HUBZone, 8(A), WOSB) for dispatch priority list placement.
Submission & Evaluation
Quotes must be submitted through the VIPR NextGen application at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d. Vendors must be registered in SAM.gov. Evaluation factors include operational acceptability, price reasonableness, and past performance dependability risk. New quote submissions must meet Acceptability Pass/Fail requirements. Awards will be made to responsible quoters whose quotes are advantageous to the Government.
Important Notes
This amendment re-opens the original solicitation for Onboarding, which is not a new procurement action but conducted under the original terms. Existing I-BPA awardees may revise rates, modify resources, or add new resources. New Offerors meeting eligibility requirements may submit quotes. Any new I-BPA awards will be identical to the original agreements, including terms, conditions, and period of performance. Clarifications regarding licensure, equipment, medical direction, and personnel submission are detailed in various Q&A documents.