VIPR I-BPA for Off-Highway Vehicles
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) At Incident Management Support (AIMS) is soliciting Off-Highway Vehicles (OHVs) for use nationwide under a VIPR Indefinite-Delivery Blanket Purchase Agreement (I-BPA). These resources will support local, regional, and national fire suppression, all-hazard incidents, and prescribed project work. This acquisition is set aside for Small Business. Quotes are due by May 15, 2026, at 04:00 PM MST.
Scope of Work
Contractors will be responsible for providing all equipment, materials, supplies, transportation, lodging, and fully managed, supervised, trained, and certified personnel necessary to meet or exceed agreement specifications. The OHVs must meet specific standards detailed in Section D.2, including requirements for transmission, exhaust, tires, lighting, reflectors, horn, fire extinguisher, mirror, and active GPS tracking. Specific categories (Type 1-4) have detailed payload, seating, and engine displacement requirements. All vehicles must be licensed for road operation, with additional off-road registration potentially required, and trailers over 10,001 lbs GVWR need USDOT inspection. Personnel must comply with safety standards, minimum age for firefighting resources, and Fair Labor Standards Act. All communications must be in English.
Contract Details
- Contract Type: Multiple Indefinite-Delivery Blanket Purchase Agreements (I-BPAs).
- Period of Performance: 5 years from the date of award, with annual review modifications.
- Estimated Value: Not explicitly stated; individual orders may be up to the Simplified Acquisition Threshold (SAT). No orders or payments are guaranteed.
- Set-Aside: This acquisition is set aside for Small Business. A 5% socioeconomic status advantage may be applied to dispatch priority ranking for eligible small business concerns (HUBZone, Service-Disabled Veteran-Owned, 8(a), WOSB).
Submission & Evaluation
- Submission Method: Quotes must be submitted through the Virtual Incident Procurement (VIPR) Next Gen System.
- Evaluation Factors: Quotes will be evaluated based on operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk. All resources must pass a Technical Evaluation prior to award consideration.
- Key Deadline: Quotes are due by May 15, 2026, at 04:00 PM MST.
Additional Notes
An "open season on-ramping" process is included to ensure adequate resources. Contractors must register and maintain active status in the System for Award Management (SAM). The solicitation incorporates numerous FAR clauses and provisions by reference.