Water Handling for Regions 3 and 8
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 is re-opening Solicitation 1202SB25Q7002 for an open season Onboarding period for Water Handling Services in Regions 3 and 8. This opportunity seeks to establish multiple Incident Blanket Purchase Agreements (I-BPAs) for fire suppression and all-hazard incidents. This is a 100% Small Business Set-Aside. Quotes are due May 11, 2026, at 05:00 PM MST.
Opportunity Overview
This solicitation aims to secure water handling equipment, including various types of engines and water tenders, to support local, regional, and national fire suppression, all-hazard incidents, and prescribed fire/Burned Area Emergency Response (BAER) project work. The current action is an open season Onboarding period, allowing both existing I-BPA awardees to revise rates, modify, or add resources, and new Offerors to submit quotes for consideration. All new awards will be identical in terms and conditions to the original agreements.
Key Requirements
Contractors must provide specific Resource Categories including Wildland Engines (Types 3, 4, 5, 6) and Water Tenders (Support and Tactical). Equipment must meet federal and state motor vehicle requirements, including backup alarms, and be well-maintained. Specifics include:
- Type 3 Wildland Engines require a rated pressure of 250 psi.
- Engine Minimum Equipment Inventory List requires 1 ½” Hose.
- Specific chainsaw usage and restrictions text has been removed. Personnel must meet minimum qualifications as defined by NIMS Wildland Fire Qualification System Guide, including specific training, experience (e.g., FFT1, ENGB, Water Tender Operator), English communication, and physical fitness tests (Work Capacity Fitness Test). Contractors must adhere to NWCG Work/Rest Guidelines and comply with the Agricultural Worker Protection Act (MSPA) and H-2B program requirements if applicable.
Contract Details
- Contract Type: Multiple Award Incident Blanket Purchase Agreement (I-BPA).
- Period of Performance: Agreements are valid for 4 years from the date of award, subject to annual reviews and modifications.
- Set-Aside: This acquisition is a 100% Small Business Set-Aside.
- NAICS Code: 115310 (Support Activities for Forestry) with a size standard of $34,000,000.00.
Submission & Evaluation
Quotes must be submitted through the Virtual Incident Procurement (VIPR) Next Gen System at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d. Evaluation factors include operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk. A 5% advantage, capped at 10%, will be applied for socioeconomic categories (HUBZone, Service-Disabled Veteran-Owned, 8(A), WOSB, EDWOSB) indicated in Block 10 of the SF-1449. New quote submissions must meet all Acceptability Pass/Fail requirements.
Important Dates & Contact
- Quote Due Date: May 11, 2026, at 05:00 PM MST.
- Contact: Taylor Jones (taylor.jones@usda.gov, 303-928-0298).