VIPR I-BPA for Chipper for East Zone (Regions 1, 2, and 4)

SOL #: 1202SB24Q7017Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA-FS PPS INCIDENT PROCUREMENT
Boise, ID, 837055354, United States

Place of Performance

Place of performance not available

NAICS

Support Activities for Forestry (115310)

PSC

Forest/Range Fire Suppression/Presuppression Services (F003)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 2, 2024
2
Last Updated
Mar 20, 2026
3
Submission Deadline
Mar 19, 2024, 7:00 PM

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 1202SB24Q7017 for an open season Onboarding period for Chipper Services in the East Zone (Regions 1, 2, and 4). This opportunity supports local, regional, and national fire suppression and all-hazard incidents. It is a Multiple Award Incident Blanket Purchase Agreement (I-BPA), designated as a 100% Small Business Set-Aside. Vendor quote responses are due by April 23, 2026, at 4:00 PM MST.

Purpose & Scope

This amendment re-opens an existing solicitation to conduct an "Onboarding" period, allowing both new Offerors and existing I-BPA awardees to participate. New Offerors can submit quotes for consideration, while existing awardees may revise rates, modify resources, or add new resources. The core requirement is for chipper units to process wood material for wildland fire suppression, all-hazard incidents, and prescribed fire project work.

Key Requirements

The solicitation seeks hand-fed chipper units with specific diameter capacities: Type 1 (18-inch minimum), Type 2 (13-17 inch), and Type 3 (9-12 inch). Units can be towed or self-propelled and must have an in-feed mechanism. A minimum 3-person crew is required (2 if documented). Personnel must have RT-130 Annual Fireline Refresher, communicate proficiently in English, and comply with labor laws. Specific Personal Protective Equipment (PPE) is mandatory.

Contract Details

Multiple I-BPAs will be awarded. Agreements are valid for 3 years from the original award date, subject to annual review modifications. Any new I-BPA awards issued through Onboarding will be identical in terms and conditions to the original agreements. Orders are not guaranteed and are based on Government need. The original solicitation referenced a Size Standard of $34,000,000.00.

Set-Aside & Eligibility

This acquisition is a 100% Small Business Set-Aside. New Offerors must meet all eligibility requirements and proposed resources must meet the criteria established in the original solicitation. Socioeconomic status advantages (e.g., HUBZone, SDVOSB) may apply to dispatch priority ranking.

Submission & Evaluation

Quotes must be submitted through the Virtual Incident Procurement (VIPR) NextGen System at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d. New quote submissions must meet all Acceptability Pass/Fail requirements and will be evaluated using the same factors as the original solicitation: operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk. Offerors must hold prices firm for 60 calendar days.

Key Dates

  • Quote Responses Due: April 23, 2026, at 4:00 PM MST
  • Published Date: March 20, 2026

Contact Information

For inquiries, contact Britta Wolsey at Britta.Wolsey@usda.gov or 307-351-3413.

People

Points of Contact

Files

Files

View
View

Versions

Version 5
Solicitation
Posted: Mar 20, 2026
View
Version 4
Solicitation
Posted: Jan 28, 2025
View
Version 3Viewing
Solicitation
Posted: Mar 8, 2024
Version 2
Solicitation
Posted: Feb 16, 2024
View
Version 1
Pre-Solicitation
Posted: Feb 2, 2024
View