Advanced Life Support (ALS) and Basic Life Support (BLS) Ambulance Service for Region 13 - National
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 USDA Forest Service is conducting an "open season Onboarding" and annual agreement review for Advanced Life Support (ALS) and Basic Life Support (BLS) Ambulance Services for fire suppression and all-hazard incidents across Region 13 - National. This allows both existing Multiple Award Incident Blanket Purchase Agreement (I-BPA) awardees to modify agreements and new offerors to submit quotes. Responses are due April 15, 2026, at 5:00 PM MST.
Scope of Work
This opportunity seeks ALS and BLS ambulance services for local, regional, and nationwide use on fire suppression, all-hazard incidents, and prescribed fire project work. Key requirements include specific equipment and personnel qualifications (e.g., RT-130, ICS-100, NIMS), ambulance typing (Type 1-4), state medical requirements, and provision of Personal Protective Equipment (PPE). Vehicles must meet specific standards for tires, identification, and safety equipment.
Contract Details
- Type: Multiple Award Incident Blanket Purchase Agreements (I-BPAs).
- Duration: 2 years from award, with annual review modifications.
- Set-Aside: Generally set-aside for small business concerns, with socioeconomic status advantages (HUBZone, WOSB, EDWOSB, 8(a), Service-Disabled Veteran-Owned) considered for Dispatch Priority List (DPL) ranking.
- Submission: Quotes must be submitted through the Virtual Incident Procurement (VIPR) Next Gen System. Vendors must have an active SAM.gov registration.
- Evaluation: Based on operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk.
Key Dates & Contact
- Response Due: April 15, 2026, at 5:00 PM MST.
- Primary Contact: Cristina Heaney (cristina.heaney@usda.gov, 406-599-3199).
Additional Notes
This modification incorporates 2026 clause, provision, and Wage Determination updates, and includes verbiage changes to sections D.2.6 (Transportation), B.3(c) (Basis of Award), and D.19(d) (Workmanship). Vendors can update company information, replace/add resources, change host dispatch centers, and propose new rates. A non-response constitutes acceptance of 2026 terms. Requests for changes outside the annual review period or during fire season (March-September) may be delayed. An active SAM.gov registration is mandatory for payment eligibility.