VIPR I-BPA Weed Washing Unit for Regions 3, 5, and 6
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 12569R25Q7002 for an open season Onboarding period for Weed Washing Units for Regions 3, 5, and 6. This opportunity supports local, regional, and national fire suppression and all-hazard incidents. Responses are due May 4, 2026, at 17:00 PST.
Purpose
This solicitation aims to establish Multiple Award Incident Blanket Purchase Agreements (I-BPAs) for Weed Washing Units. These units will be utilized by multiple State and Federal wildland fire agencies for fire suppression, all-hazard incidents, and prescribed fire project work. The current action is an amendment to re-open the original solicitation for an Onboarding period, allowing new vendors to submit quotes and existing awardees to revise or add resources.
Scope of Work
Contractors will provide Weed Wash Containment Station Equipment (high pressure/low volume or high volume systems) that are self-contained with recycling water systems. Key requirements include:
- Thorough washing of vehicles and equipment to remove soil, mud, caked dirt, plant parts, seeds, and vegetative parts.
- Provision of all personnel licenses, licensed equipment, materials, supplies, transportation, lodging, personnel, and supervision.
- Compliance with all applicable OSHA regulations and Noxious Weed Control/Aquatic and Invasive Species (AIS) Prevention measures.
- Provision of Personal Protective Equipment (PPE) for all personnel.
- Use of biobased products where reasonably available.
Contract Details
- Type: Multiple Award Incident Blanket Purchase Agreements (I-BPAs)
- Period of Performance: Five (5) years from the date of award, with annual review modifications.
- Estimated Total Potential Value: $34,000,000.00 (orders are not guaranteed).
- Set-Aside: 100% Small Business Set-Aside.
- Ordering: Individual orders are limited to the Simplified Acquisition Threshold (SAT).
Submission & Evaluation
- Submission Method: Quotes must be submitted through the VIPR NextGen application located at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d.
- Response Due: May 4, 2026, at 17:00 PST.
- Evaluation Factors: Operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk. New quote submissions must meet all Acceptability Pass/Fail requirements.
- Offer Acceptance Period: 60 calendar days from the date specified for receipt of offers.
Eligibility
This acquisition is a 100% Small Business Set-Aside. Specific socioeconomic categories (HUBZone, WOSB, EDWOSB, SDVOSB, 8(a)) will receive advantages in the Dispatch Priority List ranking. Offerors must be registered in the System for Award Management (SAM) and complete online Representations and Certifications within SAM. Vendors must use Login.gov to access USDA eAuth protected applications.
Additional Notes
This Onboarding period is conducted under the terms of the original solicitation, and any new I-BPA awards will be identical to the original agreements, including terms, conditions, and period of performance. Existing I-BPA awardees may also revise rates, modify resources, or add new resources during this period.