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 local, regional, and national fire suppression and all-hazard incidents. This is a 100% Small Business Set-Aside. Vendor quote responses are due May 11, 2026, at 17:00 MDT.
Purpose & Scope
This amendment re-opens an existing solicitation to conduct Onboarding, allowing new Offerors to submit quotes and existing I BPA awardees to revise rates, modify resources, or add new resources. The requirement is for water handling equipment (engines, support water tenders, and tactical water tenders) and qualified personnel to support wildland fire and all-hazard incidents. The resulting I-BPAs may be utilized by multiple State and Federal wildland fire agencies.
Contract Details
- Type: Multiple Award Incident Blanket Purchase Agreement (I BPA)
- Set-Aside: 100% Small Business Set-Aside (NAICS 115310, Size Standard $34M)
- Period of Performance: 4 years from the original award date, with annual review modifications.
- Dollar Limitation: Simplified Acquisition Threshold (SAT) for individual orders.
- Guarantee: No orders or payments are guaranteed.
- Terms: New I BPA awards will be identical in terms and conditions to the original agreements.
Key Requirements
Offerors must provide water handling equipment and personnel meeting specific criteria. Resources include engines (Type 3, 4, 5, 6) and water tenders (Support and Tactical), each with minimum standards for tank capacity, pump flow, hose length, and pump and roll capability. All personnel must meet minimum qualification requirements defined by the National Incident Management System (NIMS) Wildland Fire Qualification System Guide (PMS 310-1), including specific training and experience for roles like FFT1, ENGB, and Water Tender Operators. Administrative corrections will update Type 3 engine rated pressure to "250 psi" (from "25 psi") and specify "1 1/2" Hose" (from "1/2" Hose") for engine inventory. Text regarding chainsaw usage limitations will also be removed.
Submission & Evaluation
Quotes must be submitted 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% socioeconomic advantage (up to 10%) will be applied for eligible categories. Technical quotes require specific pictures and documentation. Offerors must be registered and updated in SAM.
Key Dates
- Vendor Quote Responses Due: May 11, 2026, at 17:00 MDT
- Opportunity Published: April 20, 2026
Contact Information
- Primary Point of Contact: Taylor Jones
- Email: taylor.jones@usda.gov
- Phone: 303-928-0298