VIPR I-BPA for Mobile Communications Unit for Region 13 - National

SOL #: 12024B24Q7001Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA FOREST SERVICE
BOISE, ID, 83705, United States

Place of Performance

Place of performance not available

NAICS

All Other Telecommunications (517810)

PSC

Forest/Range Fire Suppression/Presuppression Services (F003)

Set Aside

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

Timeline

1
Posted
Feb 7, 2024
2
Last Updated
Apr 22, 2026
3
Submission Deadline
Apr 5, 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 USDA Forest Service has re-opened Solicitation 12024B24Q7001 for an open season Onboarding period to establish Multiple Award Incident Blanket Purchase Agreements (I BPAs) for Mobile Communications Units. These units will support local, regional, and national fire suppression and all-hazard incidents. This is a 100% Small Business Set-Aside. Vendor quotes are due May 11, 2026, at 5:00 PM MDT.

Purpose & Context

This amendment re-opens the original solicitation to conduct Onboarding, which is not a new procurement but an opportunity for new Offerors to submit quotes and for existing I BPA awardees to revise rates or add resources. The process runs concurrently with the USFS Contracting Officer’s annual I BPA review ("Rollover"). Any new I BPA awards will be identical in terms, conditions, and period of performance to the original agreements.

Scope of Work / Key Requirements

The requirement is for self-contained Mobile Communications Units (minimum 20' length x 7' wide, excluding tongue) operable within 2 hours of arrival. Key features include:

  • Partitioned space for radio operators.
  • Climate control (70-75°F) and heating systems.
  • Minimum three (3) workstations.
  • 120 Volt, 50 Amp AC service entrance and 200 AH battery backup.
  • Radio equipment (VHF-FM P25 Digital Base Station, UHF-FM Base Station), programming software, and interface devices.
  • Minimum seven (7) pre-wired telephone jacks and seven (7) pre-wired internet ports with 1.5Mbps Download and 768kbps Upload speed.
  • OSHA compliance, current annual inspection tags for fire extinguishers, and legal operability on all roads.
  • Personnel must communicate fluently in English.

Contract Details

This solicitation will result in multiple I BPAs. The period of performance for each agreement is 3 years from the date of award, subject to annual review modifications. The dollar limitation for any individual order is the Simplified Acquisition Threshold (SAT). Placement of orders is not guaranteed.

Submission & Evaluation

Quotes must be submitted through the VIPR NextGen application (https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d). Evaluation factors include operational acceptability, price reasonableness, past performance dependability risk, and socioeconomic status advantages. A technical evaluation is required, and offers must pass to be considered for award.

Important Notes

This acquisition is a Total Small Business Set-Aside. Socioeconomic statuses (HUBZone, WOSB, EDWOSB, 8(A), Service-Disabled Veteran-Owned Small Business) will be applied to Dispatch Priority List (DPL) ranking. Exhibit H outlines Geographic Area Terms and Conditions, excluding Regions 8, 9, and 10.

People

Points of Contact

Cristina HeaneyPRIMARY

Files

Files

View
View

Versions

Version 6
Solicitation
Posted: Apr 22, 2026
View
Version 5
Solicitation
Posted: Mar 25, 2026
View
Version 4
Solicitation
Posted: Jan 28, 2025
View
Version 3Viewing
Solicitation
Posted: Apr 1, 2024
Version 2
Solicitation
Posted: Feb 20, 2024
View
Version 1
Pre-Solicitation
Posted: Feb 7, 2024
View