VIPR I-BPA West Zone Potable & Gray Water Truck/Handwashing Station (Trailer Mounted) for Region 6 - Pacific Northwest Region ONLY
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), Pacific Northwest Regional Office, is re-opening Solicitation 12569R24Q7000 for an open season Onboarding period for Potable & Gray Water Truck/Handwashing Station (Trailer Mounted) services in Region 6. This opportunity supports local, regional, and national fire suppression and all-hazard incidents. This is a 100% Small Business Set-Aside for Multiple Award Incident Blanket Purchase Agreements (I-BPAs). Vendor quote responses are due no later than May 24, 2026, at 17:00 PST.
Scope of Work
This solicitation seeks services for potable water trucks, gray water trucks, and trailer-mounted handwashing stations. Key requirements include:
- Equipment: Specific capacity, materials, construction, and operational standards detailed in Section D.2 of the original solicitation.
- Operations: Strict cleaning, sanitizing, and bacterial testing for water hauling equipment.
- Personnel: English speaking proficiency for communications and adherence to work/rest guidelines. The Onboarding period allows existing I-BPA awardees to revise rates, modify resources, or add new resources, and new Offerors to submit quotes. All proposed resources must meet the criteria established in the original solicitation.
Contract & Timeline
- Contract Type: Multiple Award Incident Blanket Purchase Agreement (I-BPA).
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5). NAICS code 115310, size standard $34,000,000.00.
- Period of Performance: X years from award date, with annual review modifications.
- Submission Deadline: May 24, 2026, at 17:00 PST.
- Published Date: April 20, 2026.
Evaluation
Award decisions for Onboarding will use the same evaluation factors and sub-factors as the original solicitation. These include:
- Operational acceptability of equipment/resources.
- Price reasonableness.
- Past performance dependability risk. A 5% socioeconomic status advantage is applicable to DPL ranking for eligible small business concerns. Any resulting new I-BPA awards will be identical in terms and conditions to the original agreements.
Additional Notes
Vendors must submit responses through the VIPR NextGen application located at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d. Contractors must be registered in the System for Award Management (SAM). No orders or payments are guaranteed during the agreement period. This Onboarding process runs concurrently with the USFS Contracting Officer’s annual I-BPA review.