Potable & Gray Water Truck/Handwashing Station (Trailer Mounted) for ESB Regions 1, 2, and 4
SOL #: 1202SB24Q7018Solicitation
Overview
Buyer
Agriculture
Forest Service
USDA-FS PPS INCIDENT PROCUREMENT
Boise, ID, 837055354, United States
Place of Performance
Place of performance not available
NAICS
Support Activities for Forestry (115310)
PSC
Forest/Range Fire Suppression/Presuppression Services (F003)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 2, 2024
2
Last Updated
Apr 21, 2026
3
Submission Deadline
May 8, 2026, 11:00 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 is re-opening Solicitation 1202SB24Q7018 for an open season Onboarding period to establish multiple Incident Blanket Purchase Agreements (I-BPAs) for Potable & Gray Water Trucks and Handwashing Stations (Trailer Mounted). These resources will support local, regional, and national fire suppression and all-hazard incidents across ESB Regions 1, 2, and 4. This opportunity is a 100% Small Business Set-Aside. Vendor quotes are due by May 8, 2026, at 5:00 PM MDT.
Purpose & Scope
This solicitation aims to establish I-BPAs for critical incident resources, including:
- Potable Water Trucks: Types 1-4 (400-999 gallons up to 4000+ gallons). Must have NSF certification, food-grade materials, and separate systems.
- Gray Water Trucks: Types 1-4 (400-999 gallons up to 4000+ gallons). Must meet state requirements and have dedicated hoses.
- Handwashing Stations (Trailer Mounted): Types 1-2 (8-11 sinks up to 12+ sinks). Must be self-contained, mobile, and include attendants. All equipment must meet specified standards and be well-maintained. Personnel must be able to communicate in English.
Contract Details
- Type: Multiple Award Incident Blanket Purchase Agreements (I-BPAs).
- Period of Performance: 3 years from the date of award, with annual review modifications.
- Order Limitation: Individual orders are limited to the Simplified Acquisition Threshold (SAT).
- Guarantee: Placement of orders is not guaranteed.
- Set-Aside: 100% Small Business Set-Aside.
- NAICS Code: 115310, with a size standard of $34,000,000.00.
Submission & Evaluation
- Submission Method: Quotes must be submitted through the Virtual Incident Procurement (VIPR) Next Gen System (https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d). Vendors must use Login.gov to access the application and have an active SAM.gov registration.
- Evaluation Factors: Operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk.
- Socioeconomic Advantage: A 5% advantage is applied for socioeconomic categories (HUBZone, SDVOSB, 8(A), EDWOSB, WOSB) up to a cap of 10% in the Dispatch Priority List (DPL) ranking.
- Technical Requirements: Technical quotes require specific pictures and documents demonstrating compliance with equipment requirements.
- Pricing: Offerors must hold prices firm for 60 calendar days from the quote due date.
Key Dates
- Response Due Date: May 8, 2026, at 5:00 PM MDT.
- Published Date: April 21, 2026.
Contact Information
- Primary Contact: Taylor Jones, taylor.jones@usda.gov, 303-928-0298.
People
Points of Contact
Taylor JonesPRIMARY