VIPR I-BPA for Water Handling for Region 6 - Pacific Northwest 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), Pacific Northwest Region, is re-opening Solicitation 1204H125Q7000 for an open season Onboarding period for Water Handling services. This opportunity seeks to establish Multiple Award Interagency Blanket Purchase Agreements (I-BPAs) 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 no later than May 11, 2026, at 14:00 Pacific.
Scope of Work
This solicitation is for water handling equipment and services, including wildland engines (Type 3, 4, 5, 6) and water tenders (Support and Tactical). Services will be utilized for fire suppression, all-hazard incidents, prescribed fire project work, and Burned Area Emergency Response (BAER) projects. Resources may be used by multiple State and Federal wildland fire agencies. All proposed resources and personnel must meet specific criteria, including equipment standards (e.g., backup alarms, pump capabilities) and minimum personnel qualifications (e.g., NWCG standards, Incident Qualification Cards).
Contract Details
- Contract Type: Multiple Award Interagency Blanket Purchase Agreements (I-BPAs)
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
- NAICS Code: 115310 (Forest/Range Fire Suppression/Presuppression Services)
- Size Standard: $34,000,000.00
- Period of Performance: Five (5) years from the date of award, with annual reviews.
- Estimated Award Date: June 1, 2025 (for original awards, new awards will be identical).
- Guarantees: No orders or payments are guaranteed.
Submission & Evaluation
- Submission Method: Quotes must be submitted electronically through the "VIPR NextGen" application located at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d.
- Response Due: May 11, 2026, at 14:00 Pacific.
- Evaluation Factors: Operational acceptability, price reasonableness, and past performance dependability risk. New quote submissions must meet all Acceptability Pass/Fail requirements.
- Socioeconomic Advantage: A 5% advantage will be applied for each socioeconomic category checked in Block 10 of the SF-1449 (up to a cap of 10%).
- Pricing: Offerors must hold prices firm for 60 calendar days.
Additional Notes
This amendment re-opens the original solicitation for an "open season Onboarding period," which runs concurrently with the USFS's annual IBPA review ("Rollover" modification process). During this period, existing IBPA awardees may revise rates, modify resources, or add new resources. New Offerors who meet all eligibility requirements may also submit quotes for consideration. Onboarding awards will be identical to original awards in terms, conditions, and period of performance. Vendors must register and update information in SAM and comply with the Agricultural Worker Protection Act (MSPA) and H-2B program requirements. Exhibit H contains special contract requirements.