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 quotes for Off-Highway Vehicles (OHVs) under a VIPR I-BPA for nationwide use in fire suppression, all-hazard incidents, and prescribed project work. This acquisition is set aside for Small Business. The resulting agreements will be Multiple Indefinite-Delivery Blanket Purchase Agreements (I-BPAs) for a 5-year period. Quotes are due May 15, 2026, at 04:00 PM MST.
Scope of Work
Contractors will provide fully managed OHVs, including all necessary equipment, materials, supplies, transportation, lodging, and certified personnel. These resources will support local, regional, and national fire suppression, all-hazard incidents, and prescribed project work. An "open season on-ramping" process is included to ensure adequate resources.
Key Requirements
- Resource Type: Off-Highway Vehicles (OHV) meeting specific standards detailed in Section D.2 of the solicitation.
- Equipment: OHVs must meet specific requirements for transmission, exhaust, tires, lighting, reflectors, horn, fire extinguisher, mirror, and active GPS tracking devices. Categories (Type 1-4) have detailed payload, seating, and engine displacement requirements.
- Vehicle Licensing: All vehicles must be licensed and legally operable on roads, with additional off-road registration potentially required. Trailers over 10,001 lbs GVWR require USDOT inspection.
- Personnel: Contractors must comply with safety standards, including 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, subject to annual review modifications.
- Estimated Value: Not explicitly stated; individual orders may be up to the Simplified Acquisition Threshold (SAT). Total award amount is not guaranteed.
- Set-Aside: This acquisition is set aside for Small Business. Eligible small business concerns (HUBZone, Service-Disabled Veteran-Owned, 8(a), WOSB) may receive a 5% socioeconomic status advantage in dispatch priority ranking.
Submission & Evaluation
- Submission Method: Quotes must be submitted electronically through the Virtual Incident Procurement (VIPR) Next Gen System.
- Evaluation Factors: Quotes will be evaluated based on the operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk.
- Technical Evaluation: All resources must pass a Technical Evaluation prior to award consideration.
- Key Deadline: Offers are due by May 15, 2026, at 04:00 PM MST.
Additional Notes
No orders or payments are guaranteed. Contractors must be registered and maintain active status in the System for Award Management (SAM). The solicitation incorporates numerous FAR clauses and provisions by reference.