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 (USFS) is re-opening Solicitation 1202SB23Q7009 for an open season Onboarding period for Faller modules in Region 3 ONLY. This opportunity seeks to establish multiple Incident Blanket Purchase Agreements (I-BPAs) for wildland fire suppression, all-hazard incidents, prescribed fire, and Burned Area Emergency Response (BAER) projects. This is a Total Small Business Set-Aside. Quotes are due May 7, 2026, at 17:00 MDT.
Scope of Work
Contractors will provide faller module services, including all necessary equipment, materials, supplies, transportation, lodging, trained personnel, and supervision. Services support local, regional, and national fire suppression and all-hazard incidents.
Key Requirements
- Personnel: Minimum 3 years experience as a commercial logging or wildfire incident faller, RT-130 Annual Fireline Refresher, and successful completion of the Arduous Work Capacity Fitness Test. Must be fluent in English.
- Equipment: Two operational chainsaws per faller (min 30" bar, 67cc+, spark arrester, chainbrake), full Personal Protective Equipment (PPE) including specific boots, hard hat, gloves, chaps, eye/hearing protection, headlamp, New Generation Fire Shelter, and flame-resistant clothing.
- Vehicles: Dependable 4-wheel or all-wheel drive ground transportation meeting State/Federal laws, capable of carrying hazardous materials, with appropriate tires, a full-size spare, and a fire extinguisher.
- Compliance: Adherence to the Agricultural Worker Protection Act (MSPA) and H-2B program requirements.
Contract Details
- Type: Multiple Award Incident Blanket Purchase Agreements (I-BPAs).
- Duration: Agreements are valid for 2 years from the date of award, with annual review modifications.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Value: Individual order limitations are subject to the Simplified Acquisition Threshold (SAT). No orders or payments are guaranteed.
Submission & Evaluation
- Submission: 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: Based on operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk. A technical evaluation, including required pictures and documents, is mandatory.
- Socioeconomic Advantage: A 5% advantage is applied for each socioeconomic category (e.g., HUBZone, SDVOSB, 8(A)) up to a maximum of 10%, which may provide a dispatch priority advantage.
- Quote Validity: Offers must be held firm for 60 calendar days.
Important Notes
This amendment re-opens the original solicitation for an Onboarding period and is not a new procurement action. New I-BPA awards will be identical in terms, conditions, and period of performance to the original agreements. Existing awardees may revise rates or add resources. Awards are prohibited for Government employees or entities owned/controlled by Government employees.