Incident Base Unit for Region 5 - Pacific Southwest Region 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 is re-opening Solicitation 12569R25Q7004 for an open season Onboarding period to establish Incident Base Units (IBUs) for Region 5 - Pacific Southwest Region ONLY. This opportunity supports local, regional, and national fire suppression and all-hazard incidents. This is a 100% Small Business Set-Aside for a Multiple Award Incident Blanket Purchase Agreement (I BPA). Vendor quotes are due no later than May 4, 2026, at 17:00 PST.
Purpose & Scope
This re-opened solicitation seeks offers for Incident Base Units (IBUs) to provide essential equipment and services. The resulting Indefinite Blanket Purchase Agreements (I-BPAs) will support various State and Federal wildland fire agencies. The Onboarding period allows both new Offerors to submit quotes and existing I BPA awardees to revise rates, modify resources, or add new resources. All new I BPAs will be identical in terms, conditions, and period of performance to the original awards.
Key Requirements
Offerors must propose resources that meet the criteria established in the original solicitation. This includes minimum equipment requirements for Type 1 and Type 2 Incident Base Units, such as office trailers, tents, generators, portable power systems, lighting, printers, fax machines, shredders, and handwashing stations. Specific requirements cover dimensions, power, insulation, ADA accessibility, and certifications. Vehicle requirements include fire extinguishers and USDOT inspections. Personnel must comply with safety standards, possess English speaking proficiency, and adhere to work/rest guidelines. Exhibit H details Geographic Area Terms and Conditions, and Exhibit M outlines Potable Water Requirements.
Contract Details
- Contract Type: Multiple Award Incident Blanket Purchase Agreement (I BPA)
- Set-Aside: 100% Small Business Set-Aside (with potential 5% advantage for HUBZone, SDVOSB, 8(a), EDWOSB, WOSB)
- Duration: Agreements are valid for two (2) years from the date of award, subject to annual review modifications.
- Order Limit: The dollar limitation for any individual order is the Simplified Acquisition Threshold (SAT).
- Payment: Payment will be at rates specified in the agreement. Amendment 0001 added language regarding deductions for inoperable equipment.
- Guarantee: Placement of orders is NOT GUARANTEED.
Submission & Evaluation
Quotes must be submitted through the Virtual Incident Procurement (VIPR) Next Gen System at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d. New quote submissions must meet all Acceptability Pass/Fail requirements. Evaluation will be based on operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk, using the same factors as the original solicitation. Offerors must submit technical quote pictures and documents. The offer period for acceptance is 60 calendar days from the receipt of offers. Contractors must register and maintain active status in SAM.
Important Dates
- Vendor Quote Responses Due: May 4, 2026, at 17:00 PST
- Published Date: April 20, 2026
Contact Information
- Primary Contact: Rashauna Workman
- Email: Rashauna.Workman@usda.gov
- Phone: 2082968375