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 (USFS) National Zone anticipates issuing a Request for Quotes (RFQ) for Rapid Extraction Module Support (REMS). This opportunity aims to establish multiple Incident Blanket Purchase Agreements (I-BPAs) for use in all regions for fire suppression, all-hazard incidents, and prescribed project work. This acquisition is a Total Small Business set-aside. Quotes are due May 5, 2026, at 05:00 PM MST.
Scope of Work
Contractors will provide fully managed, supervised, trained, and certified personnel, along with all necessary equipment, materials, supplies, transportation, and lodging for REMS. Services include support for local, regional, and national fire suppression, all-hazard incidents, and prescribed project work. Specific REMS types (Type I, II, III) will have detailed personnel, equipment, and qualification requirements outlined in the solicitation. Resources may also be used by interagency cooperators (DOI, NPS, BIA, State agencies, etc.).
Contract & Timeline
- Type: Multiple Incident Blanket Purchase Agreements (I-BPAs)
- Duration: 3 years from the date of award, with annual review modifications.
- Dollar Limitation: Individual orders are limited to the Simplified Acquisition Threshold (SAT).
- Set-Aside: Total Small Business, with additional socioeconomic status advantages applied to the Dispatch Priority List (DPL) ranking.
- Response Due: May 5, 2026, 05:00 PM MST
- Published: March 31, 2026
Evaluation
Award will be based on competitive evaluation factors including: operational acceptability of equipment/resources, price reasonableness, and past performance dependability risk. A 5% socioeconomic status advantage will be applied for eligible small business categories in the dispatch priority list. Offerors must hold prices firm for 60 calendar days.
Additional Notes
- The solicitation will be issued and quotes must be submitted electronically using the Virtual Incident Procurement (VIPR) Next Gen System.
- Vendors must maintain a valid email, a valid Unique Entity ID (UEI), an active SAM registration, and a Login.gov account.
- Vendors are strongly encouraged to select dispatch centers closest to their resources to ensure timely response and best value regarding travel costs.
- Exhibit H details Geographic Area Terms and Conditions, and Exhibit M lists Forms and Checklists.
- Contact: Cristina Heaney, cristina.heaney@usda.gov, 406-599-3199.