Miscellaneous Heavy Equipment for Region 5 - Pacific Southwest Region
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 129J6124Q7001 for an open season Onboarding period for Miscellaneous Heavy Equipment for Region 5 - Pacific Southwest Region. This opportunity supports local, regional, and national fire suppression and all-hazard incidents. This is a 100% Small Business Set-Aside for Multiple Award Incident Blanket Purchase Agreements (I-BPAs). Responses are due May 3, 2026, at 16:00 PST and must be submitted through the VIPR NextGen application.
Scope of Work
This solicitation seeks various heavy equipment, including Feller Bunchers (Type 1 & 2), Mulchers/Masticators (Boom Mounted Type 1-4, Strip Type 1-3), Road Graders (Type 1-2), and Skidders (Type 1-3). The equipment will be utilized for fire suppression, all-hazard incidents, and prescribed fire project work, potentially including Burned Area Emergency Response (BAER) projects. The Onboarding period allows existing I-BPA awardees to revise rates, modify resources, or add new resources, while new Offerors meeting eligibility requirements can submit quotes for consideration. All proposed resources must adhere to the criteria established in the original solicitation, including detailed specifications for horsepower, operating weight, and operational acceptability (e.g., Federal OSHA compliance, spark arrester, fire extinguisher). Personnel must meet safety standards, training (RT-130), and experience requirements.
Contract Details
- Contract Type: Multiple Award Incident Blanket Purchase Agreement (I-BPA)
- Period of Performance: 3 years from the date of award, subject to annual review modifications.
- Set-Aside: 100% Small Business Set-Aside.
- NAICS: 115310 (Forest/Range Fire Suppression/Presuppression Services) with a size standard of $34,000,000.00.
- Note: Placement of orders is not guaranteed.
Submission & Evaluation
- Submission Method: Quotes must be submitted electronically via the VIPR NextGen application at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d.
- Evaluation Factors: Quotes will be assessed based on the operational acceptability of equipment/resources, price reasonableness, and past performance dependability risk. New quote submissions must meet all Acceptability Pass/Fail requirements.
- Socioeconomic Advantage: A 5% advantage will be applied for each socioeconomic category checked in Block 10 of the SF-1449, up to a maximum of 10%.
- Eligibility: Vendors must be registered in the System for Award Management (SAM).
Timeline
- Response Due: May 3, 2026, 16:00 PST.
- Published Date: April 24, 2026.
Contact Information
- Primary Contact: Nathan Stampke
- Email: Nathan.Stampke@usda.gov
- Phone: 4582311180