Water Handling for East Zone Regions 1, 2, 4, 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) has re-opened Solicitation 1202SB25Q7003 for an open season Onboarding period for Water Handling Services in East Zone Regions 1, 2, 4, and 9. This opportunity is for a Multiple Award Incident Blanket Purchase Agreement (I-BPA) to support fire suppression and all-hazard incidents. Responses are due May 11, 2026, at 17:00 MDT.
Purpose & Scope
This solicitation seeks to procure water handling equipment and personnel for local, regional, and national fire suppression, all-hazard incidents, prescribed fire project work, and Burned Area Emergency Response (BAER) project work. The resulting I-BPAs may be utilized by multiple State and Federal wildland fire agencies. This amendment re-opens the original solicitation for an Onboarding period, allowing new Offerors to submit quotes and existing awardees to revise rates or add resources.
Key Requirements
Offerors must provide wildland engines (Type 3, 4, 5, 6), Support Water Tenders (Type 1, 2, 3), and Tactical Water Tenders (Type 1, 2). Equipment must meet specific standards for tank capacity, pump flow, hose lengths, foam systems, spray bars, and pump-and-roll capabilities. Personnel, including Engine Bosses, Firefighters, and Operators, must meet minimum qualification requirements as defined by the National Incident Management System (NIMS) Wildland Fire Qualification System Guide (PMS 310-1).
Contract Details
This will result in multiple I-BPAs, issued as a 100% Small Business Set-Aside. The estimated total award value is $34,000,000.00. Agreements will have a 4-year period from the date of award, subject to annual review modifications. The estimated award date is June 2026. New I-BPA awards issued through Onboarding will be identical in terms and conditions to the original agreements.
Submission & Evaluation
Quotes must be submitted electronically through the VIPR NextGen application (https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d). Evaluation will be based on operational acceptability, price reasonableness, and past performance dependability risk. A 5% advantage, capped at 10%, will be applied for each socioeconomic category checked in Block 10 of the SF-1449. Technical quotes require specific pictures and documentation. Offerors must be registered in the System for Award Management (SAM).
Important Notes
Administrative corrections for the solicitation include updating the Type 3 engine rated pressure from 25 psi to 250 psi, changing "½” Hose" to "1 ½” Hose" in the engine inventory list, and removing text regarding chainsaw usage limitations. These corrections will be formally implemented via a future administrative modification.