VIPR I-BPA for Refrigerated Trailer for Regions 1, 2, 3, 4, 5, 6, 8, and 9
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), is re-opening Solicitation 12569R25Q7001 for an open season Onboarding period for Refrigerated Trailer units to support fire suppression and all-hazard incidents across Regions 1, 2, 3, 4, 5, 6, 8, and 9. This is a Total Small Business Set-Aside. Vendor quote responses are due by May 4, 2026, at 17:00 PST.
Purpose & Scope
This amendment re-opens the original solicitation to conduct Onboarding for a Multiple Award Incident Blanket Purchase Agreement (I-BPA). It allows existing I-BPA awardees to revise rates, modify resources, or add new resources. New Offerors who meet eligibility requirements may also submit quotes for consideration. The objective is to secure refrigerated trailer units for local, regional, and national fire suppression and all-hazard incidents.
Key Requirements
The required refrigerated trailer units must feature mechanical refrigeration (diesel-powered), be well-insulated, and include automatic low fuel shutdown and auto restart. Specifics include maintaining stored food at 41°F or lower and freezer storage at 0°F with a movable partition. Units must arrive at incidents at 41°F. Additional requirements cover trailer dimensions, fuel tank capacity, landing gear, noise levels (<= 68 decibels at 50 feet), vehicle licensing, biobased products, and personnel safety (PPE, work/rest guidelines). All equipment must meet applicable state and federal laws and be maintained in good repair.
Contract Details
This opportunity is for a Multiple Award Incident Blanket Purchase Agreement (I-BPA), issued as a 100% Small Business Set-Aside. The agreement period is for 4 years from the date of award, subject to annual review modifications. The NAICS code is 484220 with a $34,000,000.00 size standard. Proposed rates must be all-inclusive (labor, equipment, operating supplies, materials, taxes, insurance, overhead, profit).
Evaluation & Eligibility
Quotes will be evaluated based on operational acceptability, price reasonableness, and past performance dependability risk. A 5% advantage, up to a maximum of 10%, will be applied for socioeconomic categories (HUBZone, Service-Disabled Veteran-Owned, 8(A), WOSB, EDWOSB). Technical quotes require specific pictures and documents. New quote submissions must meet all Acceptability Pass/Fail requirements. Offers must be held firm for 60 calendar days.
Important Dates & Contact
Vendor quote responses are due no later than May 4, 2026, at 17:00 PST. Submissions must be made through the VIPR NextGen application at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d.
For questions, contact Rashauna Workman at Rashauna.Workman@usda.gov or 208-296-8375.