VIPR I-BPA for Vehicle with Driver Regions 1 and 4 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) anticipates issuing a Request for Quotes (RFQ) for Vehicle with Driver services for use in Regions 1 and 4. These services will support local, regional, and national fire suppression, all-hazard incidents, and prescribed project work. The solicitation will result in multiple Incident Blanket Purchase Agreements (I-BPAs) and is a Total Small Business Set-Aside. Responses are due May 11, 2026.
Scope of Work
Contractors will provide fully managed, supervised, trained, and certified personnel along with all necessary equipment, materials, supplies, transportation, and lodging. The primary service is "Vehicles with Drivers" for various incident types. Specific vehicle types accepted include Sport Utility Vehicle, Passenger Van, Pickup (Types 1, 2, 3), and Stakeside (Types 1, 2, 3). Vehicles must meet specific GVWR, bed length, and manufacturing year requirements (pre-1990 not accepted), and be equipped with a secured spare tire, wheel wrench, jack, and tie-downs. Commercial vehicle insurance is required. Personnel must have Personal Protective Equipment (PPE), valid state driver's licenses, proof of insurance, and have completed RT-130 Annual Fire Refresher training. All personnel must be fluent in English. Vehicles require a programmable radio and must meet USDOT certification if over 10,001 lbs GVWR.
Contract & Timeline
- Contract Type: Multiple Incident Blanket Purchase Agreements (I-BPAs)
- Duration: 5 years from award date, with annual review modifications.
- Set-Aside: Total Small Business
- NAICS Code: 485999 (Size Standard: $19,000,000.00)
- Response Due: May 11, 2026, 23:00:00Z
- Published Date: April 1, 2026
- Rates: Proposed rates must reflect up to a 16-hour daily shift and include all pricing elements. Payment will be made at rates in effect at the time of order issuance. Placement of orders is not guaranteed.
Submission & Evaluation
Offers must be submitted electronically through the Virtual Incident Procurement (VIPR) Next Gen System. Vendors must:
- Maintain a valid email address for all VIPR communications.
- Possess a valid Unique Entity ID (UEI).
- Maintain an active SAM registration.
- Have a Login.gov account.
- Submit quotes via the VIPR Next Gen Vendor Application.
Quotes will be evaluated based on operational acceptability, price reasonableness, and past performance dependability risk. A 5% advantage is applied for socioeconomic categories (HUBZone, SDVOSB, 8(A), EDWOSB). Technical quotes will be evaluated on a PASS/FAIL basis. Offerors must hold prices firm for 60 calendar days.
Eligibility / Set-Aside
This acquisition is a Total Small Business Set-Aside. Awards are prohibited for Government employees, businesses owned by Government employees, Government entities, and individuals with conflicts of interest.
Additional Notes
Vendors are strongly encouraged to select the dispatch center closest to their resources to ensure timely response and best value regarding travel costs. Dispatch center information is available at nifc.gov/nicc. The solicitation incorporates numerous FAR and agency clauses. Contact Taylor Jones at taylor.jones@usda.gov or 303-928-0298 for inquiries.