Rapid Extraction Module Support - REMS
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 is soliciting proposals for Rapid Extraction Module Support (REMS) to establish multiple Inter-Agency Blanket Purchase Agreements (I-BPAs). These services will support local, regional, and national fire suppression, all-hazard incidents, and prescribed project work. This acquisition is a Total Small Business Set-Aside. Quotes are due May 11, 2026.
Purpose & Scope
The Forest Service seeks to procure REMS services for use across all regions, with potential utilization by interagency cooperators (e.g., DOI, NPS, BIA). Contractors are responsible for providing all necessary equipment, materials, supplies, transportation, lodging, and fully managed, supervised, trained, and certified personnel. An annual "open season onboarding" process may be initiated to add additional contractors and resources. Vendors are encouraged to select dispatch centers closest to their resources for timely response and best value.
Key Requirements
Contractors must provide specific REMS types (Type I, II, III) with detailed personnel and equipment requirements outlined in the solicitation. This includes:
- Personnel: Must meet minimum qualifications, training (e.g., NWCG standards, RT-130), valid Incident Qualification Cards, and be able to communicate in English. Medical personnel (EMTs, AEMTs, Paramedics) require current licenses and medical direction.
- Equipment: Specific vehicle types (e.g., 4x4 pickup, OHV with ROPS), transmission, tires, lighting, safety features (fire extinguisher, helmets), communication devices (radios), and Personal Protective Equipment (PPE) such as fire shelters and flame-resistant clothing.
Contract Details
- Type: Multiple Inter-Agency Blanket Purchase Agreements (I-BPAs).
- Period of Performance: 3 years from award date, with annual review modifications.
- Orders: Placement of orders is not guaranteed.
- Rates: Proposed rates must reflect up to a 16-hour daily shift and include all pricing elements identified in Section B.2. Payment will be made at rates in effect at the time of order issuance.
Set-Aside & Eligibility
This acquisition is a Total Small Business Set-Aside under NAICS code 621910 with a size standard of $22.5 million. A 5% socioeconomic status advantage is applied to the Dispatch Priority List (DPL) ranking for eligible small business categories, including HUBZone, Service-Disabled Veteran-Owned, Economically Disadvantaged Women-Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), and 8(A) concerns.
Submission & Evaluation
Quotes must be submitted electronically through the Virtual Incident Procurement (VIPR) Next Gen System. Vendors must:
- Maintain a valid email address for VIPR communications.
- Possess a valid Unique Entity ID (UEI).
- Maintain an active SAM.gov registration.
- Have a Login.gov account to create a VIPR Next Gen account. Evaluation factors include operational acceptability of equipment/resources, price reasonableness, and past performance dependability risk. Technical quotes require pictures and documents. Offerors must hold prices firm for 60 calendar days.
Response Due
May 11, 2026, at 11:00 PM ET.
Contact Information
For inquiries, contact Cristina Heaney at cristina.heaney@usda.gov or 406-599-3199.