Miscellaneous Heavy Equipment for Region 3 and 8 East Zone
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) has re-opened Solicitation 1202SB24Q7008 for an open season Onboarding period for Miscellaneous Heavy Equipment in Regions 3 & 8 East Zone. This initiative supports local, regional, and national fire suppression and all-hazard incidents. The opportunity is a 100% Small Business Set-Aside for Multiple Award Incident Blanket Purchase Agreements (I-BPAs). Vendor quote responses are due May 11, 2026, at 17:00 PST.
Scope of Work
This solicitation seeks to establish I-BPAs for various heavy equipment, including Feller Bunchers (Type 1 & 2), Mulcher/Masticators (Boom Mounted Type 1-4, Strip Type 1-3), Road Graders (Type 1-2), and Skidders (Type 1-3). These resources will be utilized for fire suppression, all-hazard incidents, prescribed fire projects, and Burned Area Emergency Response (BAER) work. All equipment must meet specific technical standards, Federal OSHA requirements, and include USFS-qualified spark arresters and PPE. Personnel must comply with safety standards (e.g., RT-130 Annual Fireline Refresher) and be experienced operators.
Contract & Timeline
- Contract Type: Multiple Award Incident Blanket Purchase Agreement (I-BPA)
- Period of Performance: Three years from the date of award, with annual review modifications. No orders or payments are guaranteed.
- Estimated Value: The total award amount is estimated at $34,000,000.00.
- Set-Aside: Total Small Business Set-Aside (100%).
- Quote Response Due: May 11, 2026, at 17:00 PST.
- Published Date: April 21, 2026.
Submission & Evaluation
Quotes must be submitted through the VIPR NextGen System (https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d). Evaluation will be based on operational acceptability, price reasonableness, and past performance dependability risk. All proposed resources must meet Acceptability Pass/Fail requirements and pass a technical evaluation, including submission of pictures and documents. New I-BPA awards will be identical in terms and conditions to the original agreements. Eligibility is restricted to small business concerns; socioeconomic status may influence dispatch priority.
Additional Notes
This amendment re-opens the original solicitation for an onboarding period, allowing new Offerors to submit quotes and existing I-BPA awardees to revise rates or add resources. The evaluation factors and contract terms remain consistent with the original solicitation.