VIPR I-BPA Vehicle With Driver Regions 5 & 6 West Zone
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) is soliciting quotes for Vehicle with Driver services for fire suppression, all-hazard incidents, and prescribed project work in Regions 5 & 6 West Zone. This will result in multiple Incident Blanket Purchase Agreements (I-BPAs). The solicitation is a Total Small Business Set-Aside and will be issued through the Virtual Incident Procurement (VIPR) Next Gen System. Offers are due May 11, 2026, at 04:30 PM PST.
Scope of Work
Contractors will provide fully managed, supervised, trained, and certified personnel along with specified vehicles (SUVs, Passenger Vans, Pickups, Stakeside Trucks) and all necessary equipment, materials, supplies, transportation, and lodging. Resources will support local, regional, and national fire suppression, all-hazard incidents, and prescribed fire project work. All resources must meet NWCG standards, be well-maintained, and vehicles manufactured before 1990 are not accepted. Personnel must have valid licenses, RT-130 certification, fire shelter certification, and be able to lift 45 pounds. Vehicles require a programmable radio and specific identification.
Contract Details
- Type: Multiple Incident Blanket Purchase Agreements (I-BPAs)
- Duration: 5 years from award, with annual reviews.
- Set-Aside: Total Small Business.
- NAICS: 485999, Size Standard: $19,000,000.00.
- Individual Order Limit: Simplified Acquisition Threshold (SAT).
- Rates: Must reflect up to a 16-hour daily shift and include all pricing elements (labor, equipment, supplies, taxes, insurance, transportation, overhead, profit). Payment at rates in effect at the time of order issuance.
- Note: Placement of orders is not guaranteed. Optional use by interagency cooperators is permitted.
Submission & Evaluation
- Submission Method: Electronically via the VIPR Next Gen Vendor Application.
- Key Requirements for Vendors: Valid email, Unique Entity ID (UEI), active SAM registration, and a Login.gov account.
- Evaluation Factors: Operational acceptability, price reasonableness, and past performance dependability risk.
- Socioeconomic Advantage: A 5% advantage will be applied for socioeconomic categories (e.g., HUBZone, SDVOSB, EDWOSB) in the ranking process.
- Offer Firm Period: 60 calendar days.
- Offer Due Date: May 11, 2026, at 04:30 PM PST.
Additional Notes
Vendors are strongly encouraged to select the dispatch center closest to their physical resources for timely response and best value regarding travel costs. An "open season" onboarding period may be initiated annually to add contractors.