Weed Washing Units for East Zone (Region 1, 2 and 4)
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 1202SB25Q7004 for an open season Onboarding period seeking Weed Washing Units for the East Zone (Region 1, 2 and 4). This is a 100% Small Business Set-Aside for Multiple Award Incident Blanket Purchase Agreements (I-BPAs) to support fire suppression and all-hazard incidents. The purpose of this amendment is to extend the response time. Vendor quote responses are due no later than May 11, 2026, at 16:30 MDT.
Scope of Work
Contractors will provide Weed Washing Units and associated services. Key requirements include:
- Equipment: High-pressure (1000+ psi) or high-volume (10+ GPM) wash systems. Systems must be self-contained, recycle water, filter to 100 microns or less, or use a clean water final rinse. Equipment must be well-maintained.
- Services: Thoroughly wash vehicles and equipment to remove soil, plant parts, and seeds from all surfaces, including undercarriage, frame, and wheels, without causing damage.
- Personnel: Provide at least two skilled operators knowledgeable in safe operation, maintenance, and repair, present during operational periods, and compliant with safety standards.
- Waste Management: Capture, package, and label solid waste. Wastewater must be contained.
Contract Details
- Contract Type: Multiple Award Incident Blanket Purchase Agreements (I-BPAs).
- Period of Performance: Agreements are valid for 4 years from the date of award, with annual reviews.
- Dollar Limitation: Individual orders are limited to the Simplified Acquisition Threshold (SAT). No orders or payments are guaranteed.
- Set-Aside: 100% Small Business Set-Aside. Socioeconomic statuses (HUBZone, SDVOSB, 8(A), WOSB) may influence Dispatch Priority List (DPL) ranking.
- NAICS: 115310 (Forest/Range Fire Suppression/Presuppression Services) with a $34,000,000.00 size standard.
Submission & Evaluation
- Submission: Quotes must be submitted through the VIPR NextGen application located at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d.
- Evaluation: Quotes will be evaluated based on operational acceptability, price reasonableness, and past performance dependability risk. A technical evaluation will be conducted on a PASS/FAIL basis.
- Deadline: May 11, 2026, at 16:30 MDT.
Important Notes
This amendment re-opens the original solicitation for an open season Onboarding period, running concurrently with the annual I-BPA review. Existing I-BPA awardees can revise rates or add resources, and new Offerors can submit quotes. All proposed resources must meet original solicitation criteria. Vendors must register and maintain active status in SAM.gov and have access to the VIPR NextGen Vendor Application.