Potable & Gray Water Truck/Handwashing Station (Trailer Mounted) for Region 3 - East Zone
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) has re-opened Solicitation 1202SB24Q7010 for an open season Onboarding period for Potable & Gray Water Truck/Handwashing Station (Trailer Mounted) services for Region 3 - East Zone. This is a Total Small Business Set-Aside for a Multiple Award Incident Blanket Purchase Agreement (I BPA) to support fire suppression and all-hazard incidents. Vendor quote responses are due by May 11, 2026, at 4:30 PM MDT.
Purpose & Scope
This opportunity seeks to establish Incident Blanket Purchase Agreements (I-BPAs) for the provision of potable water trucks, gray water trucks, and trailer-mounted handwashing stations. These resources will support local, regional, and national fire suppression and all-hazard incidents, and may be utilized by multiple State and Federal wildland fire agencies. The current action is an "Onboarding" period, allowing new offerors to submit quotes and existing awardees to revise or add resources under the terms of the original solicitation.
Key Requirements
Required equipment includes:
- Potable Water Trucks: Various capacities (400-999, 1000-2499, 2500-3999, 4000+ gallons). Must be exclusively for drinking water, with separate systems, proper labeling, and specific construction materials.
- Gray Water Trucks: Various capacities (400-999, 1000-2499, 2500-3999, 4000+ gallons). Must meet state requirements, have dedicated hoses, and specific tank construction.
- Handwashing Stations (Trailer Mounted): Type 1 (12+ sinks) and Type 2 (8-11 sinks). Must be self-contained, mobile, and include a power source. All vehicles must meet safety standards, including fire extinguishers, spark arresters, seat belts, flashlights, and backup alarms. Specific inspections (USDOT/CVSA) are required for vehicles over 10,001 lbs GVWR, and a Commercial Driver's License (CDL) for those over 26,001 lbs GVWR. Vehicles 36,000 GVWR or greater require an operator-controlled auxiliary braking system.
Contract Details
- Type: Multiple Award Incident Blanket Purchase Agreement (I BPA)
- Duration: 3 years from the date of original award, with annual review modifications.
- Estimated Value: $34,000,000.00 for NAICS code 115310 (Forestry and Logging).
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5), also eligible for Women-Owned Small Business (WOSB) concerns.
Submission & Evaluation
Quotes must be submitted through the VIPR NextGen application at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d. Evaluation factors include operational acceptability, price reasonableness, and past performance dependability risk. A 5% socioeconomic status advantage is applicable to DPL ranking for HUBZone, Service-Disabled Veteran-Owned, and 8(A) concerns (up to a 10% cap). Technical quotes require specific pictures and documents. Offers must be held firm for 60 calendar days.
Key Dates
- Quote Response Due: May 11, 2026, at 4:30 PM MDT
- Opportunity Published: April 21, 2026
Contact Information
- Primary Point of Contact: Melissa Maestas, melissa.maestas@usda.gov, 970-508-0603