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. The solicitation 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) with detailed personnel, equipment, and qualification requirements are outlined in the solicitation. Resources may also be used by interagency cooperators (DOI, NPS, BIA, State agencies).
Contract & Timeline
- Type: Multiple Indefinite-Delivery/Indefinite-Quantity Blanket Purchase Agreements (I-BPAs)
- Duration: 3 years from the date of award, with annual review modifications.
- Set-Aside: Total Small Business, with additional socioeconomic status advantages applied to Dispatch Priority List (DPL) ranking.
- Quote Due: May 5, 2026, at 05:00 PM MST
- Published: April 1, 2026
Submission & Evaluation
Quotes must be submitted electronically through the Virtual Incident Procurement (VIPR) Next Gen System. Vendors must maintain a valid email, 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 include operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk. A 5% socioeconomic status advantage is applied to the dispatch priority list for eligible small business categories.
Eligibility / Set-Aside
This acquisition is set aside for Small Business. Socioeconomic status advantages (HUBZone, Service-Disabled Veteran-Owned, EDWOSB, WOSB, 8(A)) are considered for dispatch priority ranking. Awards to Government employees or entities are prohibited.
Additional Notes
Vendors are encouraged to select the dispatch center closest to their resources to ensure timely response and best value. Proposed rates must reflect up to a 16-hour daily shift and include all pricing elements identified in Section B.2 of the solicitation.