VIPR I-BPA for Mechanic with Service Truck - West Zone Regions 5 and 6
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) West Zone and Regions 5 and 6 anticipate issuing a Request for Quotes (RFQ) for VIPR Incident Blanket Purchase Agreements (I-BPAs) for Mechanic with Service Truck services. These services are crucial for local, regional, and national fire suppression, all-hazard incidents, and prescribed fire project work. This acquisition is a 100% Small Business Set-Aside, with socioeconomic status advantages applied for dispatch priority ranking. Quotes must be submitted electronically via the VIPR Next Gen System by May 11, 2026, at 05:00 PM PST.
Scope of Work
Contractors will provide Mechanic with Service Truck services, including both Heavy Equipment Mechanics and Auto/Truck Mechanics. This entails supplying all necessary equipment, materials, supplies, transportation, lodging, and fully managed, supervised, trained, and certified personnel. Key requirements include detailed specifications for service trucks (e.g., diagnostic tools, welding equipment, air compressors, hand tools, jacks, lighting, spill kits), Personal Protective Equipment (PPE), initial consumable goods for 24 hours, and vehicle compliance with state laws and DOT/CVSA inspections. Personnel must meet specific requirements, including a Commercial Driver's License (if applicable) and RT-130 Annual Fireline Refresher training.
Contract Details
- Contract Type: Multiple Indefinite Delivery/Indefinite Quantity (IDIQ) Blanket Purchase Agreements (BPAs).
- Period of Performance: Agreements are valid for five (5) years from the date of award, subject to annual review modifications.
- Set-Aside: 100% Small Business.
- Estimated Value: The NAICS code is 811111 with a size standard of $9,000,000. Individual orders are limited to the Simplified Acquisition Threshold (SAT).
- Rates: Proposed rates must cover up to a 16-hour daily shift and include all pricing elements identified in Section B.2 of the solicitation.
- Interagency Use: Awarded agreements may be optionally used by interagency cooperators (e.g., DOI, NPS, BIA, State agencies).
- Orders Not Guaranteed: Placement of orders is not guaranteed due to the sporadic nature of incident activity.
Submission & Evaluation
- Submission Method: Quotes must be submitted electronically using the VIPR Next Gen Vendor Application.
- Vendor Requirements: Offerors must maintain a valid email, a Unique Entity ID (UEI), an active SAM.gov registration, and a Login.gov account to use the VIPR system.
- Evaluation Factors: Quotes will be evaluated based on operational acceptability, price reasonableness, and past performance dependability risk. Socioeconomic status advantages will be applied for dispatch priority ranking.
- Technical Quote Requirements: Specific pictures and documents, such as resumes, certifications, and equipment photos, are required to validate operational acceptability.
- Dispatch Centers: Vendors are strongly encouraged to select the dispatch center closest to their physical resource location to ensure timely response and best value regarding travel costs.
Key Deadlines
- Quotes Due: May 11, 2026, at 05:00 PM PST.
- Published: April 22, 2026.
Contact Information
- Primary Contact: Rashauna Workman (Rashauna.Workman@usda.gov, 208-296-8375).