VIPR I-BPA for West Zone Heavy Equipment with Water for Regions 3, 5 and 6

SOL #: 12569R25Q7003Pre-Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA-FS PPS INCIDENT PROCUREMENT
Boise, ID, 837055354, United States

Place of Performance

Place of performance not available

NAICS

Support Activities for Forestry (115310)

PSC

Forest/Range Fire Suppression/Presuppression Services (F003)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 5, 2025
2
Last Updated
Apr 20, 2026
3
Response Deadline
Mar 26, 2025, 12:00 AM

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 12569R25Q7003 for an open season Onboarding period for West Zone Heavy Equipment with Water for Regions 3, 5, and 6. This Total Small Business Set-Aside opportunity seeks to establish Multiple Award Incident Blanket Purchase Agreements (I-BPAs) to support local, regional, and national fire suppression and all-hazard incidents. Vendor quote responses are due no later than May 4, 2026, at 17:00 MST.

Scope of Work

This solicitation is for heavy equipment with water, specifically skidgines, pumper cats, and softtracks, to be used for fire suppression, all-hazard incidents, and prescribed fire project work. Key requirements include:

  • Equipment must meet specific standards for backup alarms, tank security, baffling, pump capabilities, and foam capability.
  • Minimum standards for tank capacity, pump flow, hose length, and pump-and-roll capabilities are detailed for each equipment type.
  • Equipment must be licensed and legally operable, with specific requirements for transports.
  • Contractors must provide Personal Protective Equipment (PPE) and ensure personnel are trained and qualified (e.g., RT-130 Annual Fireline Refresher, Commercial Driver's License if required).
  • Personnel must be able to communicate in English.

Contract Details

  • Type: Multiple Award Incident Blanket Purchase Agreements (I-BPAs).
  • Set-Aside: 100% Total Small Business Set-Aside (NAICS 115310).
  • Period of Performance: 4 years from the date of award, subject to annual reviews.
  • Order Limitation: Individual orders are limited to the Simplified Acquisition Threshold (SAT).
  • Onboarding: This amendment re-opens the original solicitation for an open season Onboarding period. Existing I-BPA awardees may revise rates, modify resources, or add new resources. New Offerors meeting eligibility requirements may submit quotes. All new awards will be identical in terms and conditions to the original agreements.

Submission & Evaluation

  • Submission Method: Quotes must be submitted through the VIPR NextGen application at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d.
  • Registration: Vendors must be registered in SAM.gov.
  • Evaluation Factors: Operational acceptability, price reasonableness, and past performance dependability risk.
  • Socioeconomic Advantage: A 5% advantage is applied for HUBZone, SDVOSB, 8(a), WOSB, and EDWOSB categories.
  • Required Documentation: Technical evaluation pictures and documents are required for each resource type.
  • Price Firmness: Offerors must hold prices firm for 60 calendar days.
  • Due Date: May 4, 2026, at 17:00 MST.

Contact Information

For inquiries, contact Francoies Morman at francoies.morman@usda.gov or 770-362-9132.

People

Points of Contact

Francoies MormanPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 7
Solicitation
Posted: Apr 20, 2026
View
Version 6
Solicitation
Posted: Mar 23, 2026
View
Version 5
Solicitation
Posted: Mar 19, 2025
View
Version 4
Solicitation
Posted: Mar 13, 2025
View
Version 3
Solicitation
Posted: Feb 19, 2025
View
Version 2
Pre-Solicitation
Posted: Feb 6, 2025
View
Version 1Viewing
Pre-Solicitation
Posted: Feb 5, 2025