Rapid Extraction Module Support - REMS

SOL #: 12024B26Q7004Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA FOREST SERVICE
BOISE, ID, 83705, United States

Place of Performance

Place of performance not available

NAICS

Ambulance Services (621910)

PSC

Forest/Range Fire Suppression/Presuppression Services (F003)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 16, 2026
2
Last Updated
Apr 1, 2026
3
Submission Deadline
May 11, 2026, 5:00 AM

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.

People

Points of Contact

Cristina HeaneyPRIMARY

Files

Files

Download

Versions

Version 5
Solicitation
Posted: Apr 1, 2026
View
Version 4Viewing
Solicitation
Posted: Apr 1, 2026
Version 3
Solicitation
Posted: Mar 31, 2026
View
Version 2
Pre-Solicitation
Posted: Mar 16, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 16, 2026
View