VIPR I-BPA for Off-Highway Vehicles

SOL #: 1202RZ26Q7000Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA-FS, AT-INCIDENT MGT SPT BRANCH
Missoula, MT, 59804, United States

Place of Performance

Place of performance not available

NAICS

Truck (532120)

PSC

Forest/Range Fire Suppression/Presuppression Services (F003)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 19, 2026
2
Last Updated
Apr 29, 2026
3
Submission Deadline
May 15, 2026, 4:00 AM

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 soliciting quotes for Off-Highway Vehicles (OHVs) under an Indefinite-Delivery Blanket Purchase Agreement (I-BPA) for nationwide use in fire suppression, all-hazard incidents, and prescribed project work. This acquisition is a Small Business Set-Aside. Quotes are due May 15, 2026, 04:00 PM MST.

Purpose & Scope

This opportunity seeks to establish multiple I-BPAs for Off-Highway Vehicles (OHVs) to support local, regional, and national fire suppression, all-hazard incidents, and prescribed project work. Resources awarded will be utilized by various State and Federal wildland fire agencies. Contractors are responsible for providing all necessary equipment, materials, supplies, transportation, lodging, and fully managed, supervised, trained, and certified personnel. An "open season on-ramping" process will be used to ensure adequate resource availability.

Key Requirements

  • OHV Specifications: OHVs must be Four Wheel Drive or All-Wheel Drive and conform to either ANSI/OPEI or ANSI/ROHVA standards (at time of manufacture, without non-compliant modifications). Only Automatic or CVT transmissions are acceptable.
  • Typing: Specific requirements are detailed for four categories (Type 1-4) regarding seats, rows, minimum payload capacity (including personnel at 200 lbs/seatbelt, fixed equipment, cargo), and minimum rear box load capacity.
  • Tires: Must be DOT approved, suitable for OHV use, and have aggressive off-road tread between 0.75 to 1.25 inches deep.
  • Licensing & ID: Vehicles must be licensed for road operation, with additional off-road registration as needed. USDOT inspection is required for trailers over 10,001 lbs GVWR. VIN and company Vehicle ID pictures are required.
  • Trailers: Each OHV requires its own trailer, which must be in good working order, comply with federal/state laws, include a spare tire, and have brakes if towing over 1500 lbs.
  • GPS Tracking: Active GPS tracking devices are mandatory for all OHVs.
  • Personnel: Contractors 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, subject to annual review modifications.
  • Estimated Value: Not explicitly stated; individual order limitations may be up to the Simplified Acquisition Threshold (SAT). Total award amount is not guaranteed.

Set-Aside & Eligibility

This acquisition is a Small Business Set-Aside. Eligible small business concerns (HUBZone, Service-Disabled Veteran-Owned, 8(a), WOSB) may receive a 5% socioeconomic status advantage in dispatch priority ranking. Contractors must register and maintain active status in SAM.

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.
  • Technical Evaluation: All resources must pass a Technical Evaluation prior to award consideration.

Key Dates & Contact

  • Quotes Due: May 15, 2026, 04:00 PM MST.
  • Published Date: April 22, 2026.
  • Primary Contact: Michael Lucas, Michael.j.lucas@usda.gov, 406-370-3245.

People

Points of Contact

Files

Files

Download

Versions

Version 7
Solicitation
Posted: Apr 29, 2026
View
Version 6Viewing
Solicitation
Posted: Apr 22, 2026
Version 5
Solicitation
Posted: Apr 22, 2026
View
Version 4
Solicitation
Posted: Apr 9, 2026
View
Version 3
Solicitation
Posted: Apr 9, 2026
View
Version 2
Solicitation
Posted: Apr 9, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 19, 2026
View