VIPR I-BPA for Fuel Tenders Regions 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) anticipates issuing a Request for Quotes (RFQ) for Fuel Tenders to support fire suppression, all-hazard incidents, and prescribed project work in Regions 1, 2, and 4 (East Zone). This opportunity will result in multiple Incident Blanket Purchase Agreements (I-BPAs) and is set aside for Total Small Business. Quotes must be submitted electronically via the VIPR Next Gen System.
Scope of Work
Contractors will provide Fuel Tenders (Type 1, 2, 3, and 4) with specific gallon capacities (e.g., Type 1: 3501+ gallons; Type 4: 600-999 gallons for Diesel, Unleaded Premium Non-Ethanol, and Regular Unleaded Fuel). Services include providing all necessary equipment, materials, supplies, transportation, lodging, and fully managed, supervised, trained, and certified personnel. Resources may be used for local, regional, and national fire suppression, all-hazard incidents, and prescribed project work. Interagency cooperators (DOI, NPS, BIA, State agencies) may optionally use awarded agreements.
Key Requirements
Equipment: Must be fully registered, comply with DOT and EPA requirements, have a current annual state certified meter inspection, and separate fuel dispensing systems for each product. Tanks require yearly visual and leakage (VK) tests, and an Internal and Pressure (I&P) test within the last 5 years. Vehicles need backup alarms, chocks, seat belts, fire extinguishers, and spill containment kits. Personnel: A qualified operator with a Commercial Driver's License (CDL) and appropriate endorsements must be provided for each shift. All personnel must communicate in English. Rates: Proposed rates must reflect up to a 16-hour daily shift and include all pricing elements identified in Section B.2 of the solicitation. Payment will be made at the rates in effect at the time of order issuance. Dispatch: Vendors are strongly encouraged to select a dispatch center closest to their resources' physical location to ensure timely response and best value.
Contract Details
Type: Multiple Incident Blanket Purchase Agreements (I-BPAs). Set-Aside: Total Small Business, with a 5% socioeconomic status advantage (up to a 10% cap) applied in the Dispatch Priority List (DPL) ranking. Period: Agreements will be for 5 years from the date of award, subject to annual review modifications. Order Limit: The dollar limitation for any individual order is the Simplified Acquisition Threshold (SAT). Placement of orders is NOT GUARANTEED.
Submission & Evaluation
Submission Method: Quotes must be submitted electronically using the VIPR Next Gen Vendor Application. Vendor Eligibility: Offerors must maintain a valid email address, possess a valid Unique Entity ID (UEI), have an active SAM registration, and a Login.gov account to create a VIPR Next Gen account. Evaluation Factors: Award will be based on operational acceptability, price reasonableness, and past performance dependability risk. Offerors must hold prices firm for 60 calendar days.
Key Dates
Published Date: April 1, 2026 Offer Due Date: May 11, 2026, 05:00 PM MST
Contact
Primary Contact: Taylor Jones (taylor.jones@usda.gov, 303-928-0298)