Potable & Gray Water Truck/Handwashing Station (Trailer Mounted) for ESB Regions 1, 2, and 4
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 is re-opening Solicitation 1202SB24Q7018 for an open season Onboarding period for Potable & Gray Water Truck/Handwashing Station (Trailer Mounted) services in ESB Regions 1, 2, and 4. This is a 100% 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 May 8, 2026, at 17:00 MDT.
Opportunity Details
This amendment re-opens an existing solicitation to allow new offerors to submit quotes and existing I BPA awardees to revise rates or add resources. The original requirement is for the provision of potable water trucks, gray water trucks, and trailer-mounted handwashing stations to support local, regional, and national fire suppression and all-hazard incidents. Onboarding is conducted under the terms of the original solicitation, meaning evaluation factors, sub-factors, and contract terms will remain consistent.
Key Requirements
The solicitation seeks:
- Potable Water Trucks: Types 1-4 (400-999, 1000-2499, 2500-3999, 4000+ gallons).
- Gray Water Trucks: Types 1-4 (400-999, 1000-2499, 2500-3999, 4000+ gallons).
- Handwashing Stations (Trailer Mounted): Types 1-2 (8-11, 12+ sinks). All proposed resources must meet specific criteria detailed in the original solicitation, including equipment specifications (tank construction, pumps, hoses, fittings), annual inspection tags for fire extinguishers, approved spark arresters, and personnel capable of communicating in English.
Contract & Timeline
- Contract Type: Multiple Award Incident Blanket Purchase Agreement (I BPA)
- Set-Aside: 100% Small Business Set-Aside
- Period of Performance: 3 years from the original award date, with annual review modifications. New I BPAs will be identical to original agreements.
- Response Due: May 8, 2026, at 17:00 MDT
- Estimated Award: June 2026
Submission & Evaluation
Offers must be submitted through the VIPR NextGen application (https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d). Quotes will be evaluated based on:
- Operational acceptability of equipment/resource (Pass/Fail).
- Price reasonableness.
- Past performance dependability risk. A 5% advantage, capped at 10%, is applied for socioeconomic categories (HUBZone, SDVOSB, 8(A), EDWOSB, WOSB). Offerors must have an active SAM registration. Technical quotes require specific pictures and documents.
Additional Notes
The NAICS code is 115310, with a size standard of $34,000,000.00. Vendors must use Login.gov to access the VIPR Next Gen Vendor Application. Exhibit J details "Advantages" for Potable Water Trucks and Gray Water Trucks, influencing dispatch priority.