VIPR I-BPA for Water Handling for Region 5 - Pacific Southwest Region
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 129J6125Q7000 for an open season Onboarding period for a Multiple Award Incident Blanket Purchase Agreement (I-BPA) for Water Handling services in Region 5 - Pacific Southwest Region. This opportunity supports 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 14:00 Pacific.
Scope of Work
This requirement is for water handling equipment, including Engines (Type 3 and 6) and Support Water Tenders (Type 1, 2, and 3). Services will be utilized for fire suppression, all-hazard incidents, and prescribed fire project work, including Burned Area Emergency Response (BAER) projects. The goal is to ensure adequate resources for incident needs.
Contract Details
- Contract Type: Multiple Award Incident Blanket Purchase Agreement (I-BPA).
- Period of Performance: Agreements are valid for five (5) years from the date of award, with annual review modifications.
- Set-Aside: 100% Small Business Set-Aside.
- Estimated Value: The size standard for NAICS code 115310 is $34,000,000.00.
- Note: No orders or payments are guaranteed.
Key Requirements
- Equipment Standards: All equipment must meet federal and state motor vehicle requirements, include backup alarms, and be well-maintained. Specific requirements apply to engines (e.g., pump and roll, chainsaws, foam systems) and water tenders (e.g., minimum 4" gravity dump valve, tank capacity, pump flow, refill times).
- Personnel Qualifications: Personnel must meet minimum qualification requirements as defined by the National Incident Management System (NIMS) Wildland Fire Qualification System Guide (PMS 310-1), including specific training and experience for roles like Firefighter Type 1 (FFT1), Engine Boss (ENGB), and Support Water Tender Operator. English communication is mandatory.
- Safety: Compliance with safety standards, including heat stress prevention, PPE use, and seat belt usage, is required.
Submission & Evaluation
- Submission Method: Quotes must be submitted through the VIPR NextGen application (https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d).
- Offer Due Date: May 11, 2026, at 14:00 Pacific.
- Evaluation Factors: Operational acceptability, price reasonableness, and past performance dependability risk. Socioeconomic status advantages may apply to Dispatch Priority List (DPL) ranking.
- Onboarding Process: This open season Onboarding uses the same evaluation factors and sub-factors as the original solicitation. New I-BPA awards will be identical to original awards in terms, conditions, and period of performance. Existing awardees can revise rates or add resources; new Offerors can submit quotes.
Additional Notes
Vendors must register and maintain active status in the System for Award Management (SAM). Compliance with labor laws, including the Agricultural Worker Protection Act (MSPA) and H-2B program requirements, is mandatory.