VIPR I-BPA for Miscellaneous Heavy Equipment for East Zone, Regions 1, 2 and 4

SOL #: 1202SB24Q7014Pre-Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA-FS PPS INCIDENT PROCUREMENT
Boise, ID, 837055354, United States

Place of Performance

Place of performance not available

NAICS

Support Activities for Forestry (115310)

PSC

Forest/Range Fire Suppression/Presuppression Services (F003)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 18, 2024
2
Last Updated
Apr 21, 2026
3
Response Deadline
Mar 4, 2024, 7:00 PM

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 1202SB24Q7014 for an open season onboarding period to establish Multiple Award Incident Blanket Purchase Agreements (I-BPAs) for Miscellaneous Heavy Equipment in the East Zone, Regions 1, 2, and 4. This opportunity, a 100% Small Business Set-Aside, supports local, regional, and national fire suppression and all-hazard incidents. Vendor quote responses are due no later than May 11, 2026, at 17:00 PST.

Scope of Work

This requirement is for various heavy equipment types, including:

  • Feller Buncher (Type 1 & 2)
  • Mulcher/Masticator (Boom Mounted Type 1-4, Strip Type 1-3)
  • Road Grader (Type 1-2)
  • Skidder (Type 1-3) All proposed resources must meet specific criteria established in the original solicitation, including detailed horsepower, operating weight, and other technical specifications. General equipment standards (e.g., OSHA compliance, ROPS/FOPS, spark arrester, fire extinguisher) and Personal Protective Equipment (PPE) requirements for personnel are mandatory.

Contract Details

  • Contract Type: Multiple Award Incident Blanket Purchase Agreements (I-BPAs)
  • Period of Performance: 3 years from the date of award, with annual review modifications.
  • Estimated Value: $34,000,000.00 (total estimated value for all awards).
  • Set-Aside: 100% Total Small Business Set-Aside.

Submission & Evaluation

Quotes must be submitted through the VIPR NextGen application located at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d. Evaluation factors include operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk. A 5% advantage is applied for each socioeconomic category checked (up to a 10% cap). All resources must pass a technical evaluation prior to award. Offerors must be registered in SAM.gov.

Additional Notes

This open season onboarding period runs concurrently with the USFS Contracting Officer’s annual I BPA review ("Rollover"). Existing I BPA awardees may revise rates, modify resources, or add new resources. New Offerors who meet all eligibility requirements may submit quotes for consideration. Any resulting new I BPA awards will be identical in terms, conditions, and period of performance to the original agreements.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 7
Solicitation
Posted: Apr 21, 2026
View
Version 6
Solicitation
Posted: Mar 24, 2026
View
Version 5
Solicitation
Posted: Feb 4, 2025
View
Version 4
Solicitation
Posted: Mar 2, 2024
View
Version 3
Solicitation
Posted: Mar 1, 2024
View
Version 2
Solicitation
Posted: Feb 2, 2024
View
Version 1Viewing
Pre-Solicitation
Posted: Jan 18, 2024