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 for Weed Washing Units for the East Zone (Region 1, 2, and 4). This 100% Small Business Set-Aside opportunity supports local, regional, and national fire suppression and all-hazard incidents. Vendor quotes are due May 11, 2026, at 4:30 PM MDT.
Purpose & Scope
This re-opened solicitation seeks to establish Multiple Award Incident Blanket Purchase Agreements (I-BPAs) for Weed Washing Units. The purpose of the open season Onboarding is to allow new Offerors to submit quotes and existing I-BPA awardees to revise rates, modify resources, or add new resources. These units are critical for thoroughly washing vehicles and equipment to prevent the spread of noxious weeds during fire suppression, all-hazard incidents, and prescribed fire project work across Forest Service Regions 1, 2, and 4.
Key Requirements
- Equipment: High-pressure (over 1000 psi) or high-volume (at least 10 GPM) wash systems. Systems must be self-contained, include a recycling water system, filter water to 100 microns or less, or use a clean water final rinse. Equipment must be well-maintained.
- Services: Comprehensive washing of vehicles and equipment, including undercarriage, frame, wheels, and other surfaces, to remove soil, plant parts, and seeds without causing damage.
- Personnel: Contractors must provide at least two skilled operators knowledgeable in safe operation, maintenance, and repair of the wash system. Operators must be present during operational periods and adhere to safety standards.
- Waste Management: Capture, package, and label solid waste. Wastewater must be contained, and residues removed to prevent recontamination. Host agencies are generally responsible for solid waste disposal.
Contract Details
- Contract Type: Multiple Award Incident Blanket Purchase Agreement (I-BPA).
- Set-Aside: 100% Small Business Set-Aside.
- Period of Performance: Agreements are valid for 5 years from the date of award, with annual reviews.
- Dollar Limitation: Individual orders are limited to the Simplified Acquisition Threshold (SAT).
- NAICS: 115310 (Forest/Range Fire Suppression/Presuppression Services) with a $34 million size standard.
- Note: No orders or payments are guaranteed.
Submission & Evaluation
Quotes must be submitted through the VIPR NextGen application (https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d). Evaluation will be based on operational acceptability (Pass/Fail technical evaluation), price reasonableness, and past performance dependability risk. Offerors must be registered and maintain active status in the System for Award Management (SAM). Socioeconomic statuses (HUBZone, SDVOSB, 8(A), WOSB) may influence Dispatch Priority List (DPL) ranking.
Key Dates
- Vendor Quote Responses Due: May 11, 2026, at 4:30 PM MDT.
- Opportunity Published: April 21, 2026.
Contact Information
- Primary Point of Contact: Melissa Maestas (melissa.maestas@usda.gov, 970-508-0603).