Chipper for Region 3 - East Zone ESB
SOL #: 1202SB24Q7013Solicitation
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)
Original Source
Timeline
1
Posted
Jan 17, 2024
2
Last Updated
Mar 23, 2026
3
Submission Deadline
Apr 24, 2026, 10:00 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 is re-opening Solicitation 1202SB24Q7013 for an open season Onboarding period to establish Multiple Award Incident Blanket Purchase Agreements (I-BPAs) for Chippers. These agreements will support local, regional, and national fire suppression and all-hazard incidents. This opportunity is a 100% Small Business Set-Aside. Vendor quote responses are due no later than April 24, 2026, at 16:00 MST.
Scope of Work
This solicitation seeks Chippers, specifically:
- Type 1: 18-inch capacity
- Type 2: 13-17 inch capacity
- Type 3: 9-12 inch capacity Chippers must be hand-fed, designed for woody material, and typically include a 3-person crew (or 2-person with rate adjustment if specified). Contractors must provide specified Personal Protective Equipment (PPE), ensure vehicles meet tire requirements, and personnel meet minimum age and English communication skills. Compliance with the Agricultural Worker Protection Act (MSPA) and potentially H-2B program requirements is also necessary.
Contract Details
- Type: Multiple Award Incident Blanket Purchase Agreement (I-BPA)
- Structure: Indefinite-Delivery/Indefinite-Quantity (IDIQ)
- Term: 3 years from the date of award, subject to annual review modifications.
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
- Onboarding: This amendment re-opens the original solicitation for an Onboarding period, which is not a new procurement but conducted under the original terms. It runs concurrently with the annual "Rollover" modification process. Existing I-BPA awardees may revise rates, modify resources, or add new resources.
Submission & Evaluation
- Submission Method: Responses must be submitted through the "VIPR NextGen" application (https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d).
- Evaluation Factors: Quotes will be evaluated based on:
- Operational acceptability of equipment/resource
- Price reasonableness
- Past performance dependability risk
- Socioeconomic Advantage: A 5% socioeconomic status advantage will be applied for specific categories (e.g., HUBZone, SDVOSB, 8(a)), up to a 10% cap.
- Requirements: New quote submissions must meet all Acceptability Pass/Fail requirements and include specific pictures and documentation for technical evaluation. Offerors must be registered and maintain active status in SAM. Any new I-BPA awards issued through Onboarding will be identical to the original awards in terms, conditions, and period of performance.
Key Dates & Contact
- Response Due Date: April 24, 2026, at 16:00 MST
- Primary Contact: Sonia Torres (sonia.torres@usda.gov, 575-654-4207)
People
Points of Contact
Sonia TorresPRIMARY