Faller for Region 3 ONLY
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 1202SB23Q7009 for an open season Onboarding period for Faller Module Services specifically for Region 3. This opportunity supports local, regional, and national fire suppression, all-hazard incidents, and prescribed fire projects. This is a Total Small Business Set-Aside for Multiple Award Incident Blanket Purchase Agreements (I-BPAs). Vendor quote responses are due May 11, 2026, at 17:00 MDT.
Purpose & Scope
This re-opening allows new Offerors to submit quotes and existing I-BPA awardees to revise rates or add resources for faller module services. These services are critical for wildland fire suppression, all-hazard incidents, and prescribed fire project work, including Burned Area Emergency Response (BAER) projects. Resulting BPAs may be utilized by multiple State and Federal wildland fire agencies. This Onboarding is conducted under the terms of the original solicitation and is not a new procurement action.
Key Requirements
Contractors must provide all necessary equipment, materials, supplies, transportation, trained personnel, and supervision.
- Personnel: Minimum 3 years experience as a commercial logging timber faller or wildfire incident faller (1,000 hours = 1 year). Must hold RT-130 Annual Fireline Refresher and pass the Arduous Work Capacity Fitness Test. English fluency is required.
- Equipment: Two operational chainsaws per faller (minimum 30" bar, 67cc+, spark arrester, chainbrake), maintenance tools, wedges, falling axe.
- Personal Protective Equipment (PPE): Leather boots (8" high, lug sole), NFPA 1977 hard hat, heavy-duty gloves, chaps, ANSI Z87 eye protection, hearing protection, headlamp, NFPA 1977 New Generation Fire Shelter, and two sets of flame-resistant clothing.
- Vehicles: Dependable 4-wheel or all-wheel drive ground transportation meeting State/Federal laws, with seatbelts, capable of carrying hazardous materials, and equipped with a multi-purpose 2A 10BC fire extinguisher.
Contract Details
- Contract Type: Multiple Award Incident Blanket Purchase Agreements (I-BPAs).
- Period of Performance: Agreements are valid for 2 years from the date of award, with annual review modifications.
- NAICS: 115310 (Forestry and Logging) with a Size Standard of $34,000,000.00.
- Individual Order Limitation: Simplified Acquisition Threshold (SAT).
- Set-Aside: 100% Total Small Business Set-Aside.
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 will be based on operational acceptability of equipment/resources, price reasonableness, and past performance dependability risk. All resources must pass a technical evaluation, including providing required pictures and documents in the VIPR Next Gen Vendor Application. Offers must remain firm for 60 calendar days.
Additional Notes
No orders or payments are guaranteed. Contractors must maintain their own insurance and worker's compensation. Compliance with the Agricultural Worker Protection Act (MSPA) and H-2B program requirements is mandatory. The Government reserves the right to inspect equipment and personnel at any time.