VIPR I-BPA for Heavy Equipment Task Force (HETF) for Regions 1 and 4 ONLY
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 1202SB25Q7001 for an open season Onboarding period for Heavy Equipment Task Force (HETF) services. This opportunity is specifically for Regions 1 and 4 ONLY to support local, regional, and national fire suppression and all-hazard incidents. This is a 100% Small Business Set-Aside for Multiple Award Incident Blanket Purchase Agreements (I-BPAs). Vendor quotes are due May 11, 2026, at 05:00 PM PST.
Scope of Work
This solicitation seeks to obtain Heavy Equipment Task Forces (HETF) for fire suppression, all-hazard incidents, and prescribed fire project work. A standard HETF includes:
- A Job Site Foreman with 4-wheel drive transportation.
- One leveling Feller Buncher.
- One rubber-tired Skidder.
- One Type II or Type III Dozer (with 6-way blade or manual angle with hydraulic tilt).
- One drop tank Skidgine or Pumpercat capable of skidding logs.
- Two transports capable of hauling all equipment. Optional equipment includes an Excavator (minimum 111 HP) or a Boom Mounted Masticator. All equipment must meet applicable state and federal laws and be well-maintained. Personnel must meet specific safety standards, including RT-130 training and a work capacity fitness test for certain roles.
Contract & Timeline
- Type: Multiple Award Incident Blanket Purchase Agreement (I-BPA)
- Duration: 4 years from the original award date, with annual review modifications.
- Set-Aside: Total Small Business (100%)
- Response Due: May 11, 2026, at 05:00 PM PST
- Published: April 21, 2026
- Estimated Award Date: June 2026
- Note: No orders or payments are guaranteed during the agreement period.
Submission & Evaluation
Quotes must be submitted through the VIPR NextGen application (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 applied to DPL ranking for eligible small business concerns. Offerors must submit technical quote pictures and documents. New quote submissions must meet all Acceptability Pass/Fail requirements. Quotes are valid for 130 calendar days.
Additional Notes
This amendment re-opens the original solicitation to conduct Onboarding, which is not a new procurement action. It runs concurrently with the USFS Contracting Officer’s annual I-BPA review (the “Rollover” process). Existing I-BPA awardees may revise rates, modify resources, or add new resources. New Offerors who meet eligibility requirements may submit quotes. Any resulting new I-BPA awards will be identical in terms and conditions to the original agreements.