Chainsaw Repair Service for Region 3 and 4 East Zone ESB
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) has re-opened Solicitation 1202SB24Q7009 for an open season Onboarding period for Chainsaw Repair Service for Region 3 and 4 East Zone ESB. This opportunity is for a Multiple Award Incident Blanket Purchase Agreement (I BPA) to support local, regional, and national fire suppression and all-hazard incidents. This is a Total Small Business Set-Aside. Vendor quote responses are due no later than April 23, 2026, at 4:00 PM MST.
Purpose & Scope
This re-opened solicitation aims to onboard new vendors and allow existing awardees to update their resources for chainsaw repair services. These services are critical for maintaining equipment used in wildland fire suppression, all-hazard incidents, and prescribed fire projects. The resulting I-BPAs may also be utilized by multiple State and Federal wildland fire agencies.
Contract Details
The solicitation will result in multiple I-BPAs, with individual orders limited to the Simplified Acquisition Threshold (SAT). While agreements are valid for 3 years from the award date (estimated June 2026) with annual review modifications, the placement of orders is not guaranteed. This is a 100% Small Business Set-Aside under NAICS Code 115310 (Size Standard: $34,000,000.00).
Key Requirements
Contractors must provide a Mobile Chainsaw Repair Unit/Trailer(s) and transportation vehicle(s) meeting specific standards, including a self-contained unit, AC power, extension cords, fuel, customer service area, adequate lighting, air compressor, chain breaker, chain rivet spinner, 1,000 feet of chain, parts inventory, chain grinder(s), and appropriate repair tools. Services include daily tracking logs, receipts, on-site parts ordering, and credit card acceptance. Normal repairs are expected within 24 hours. Personnel must provide PPE and communicate in English.
Onboarding & Evaluation
The open season Onboarding period runs concurrently with the USFS Contracting Officer’s annual I BPA review ("Rollover"). During this time, existing I BPA awardees can revise rates, modify, or add new resources. New Offerors meeting eligibility requirements may submit quotes. All proposed resources must meet the original solicitation criteria. New quote submissions will be evaluated for operational acceptability of equipment/resource, price reasonableness (lower prices may result in higher dispatch priority), and past performance dependability risk. Technical quotes require specific pictures/files of the resource.
Submission & Deadline
Responses must be submitted exclusively through the "VIPR NextGen" application located at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d. Quotes must be held firm for 60 calendar days. The deadline for vendor quote responses is April 23, 2026, at 4:00 PM MST.
Contact Information
For questions, contact Britta Wolsey at Britta.Wolsey@usda.gov or 307-351-3413.