VIPR I-BPA for Chipper for Regions 5 & 6

SOL #: 12569R24Q7003Pre-Solicitation

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 1, 2024
2
Last Updated
Mar 20, 2026
3
Response Deadline
Mar 19, 2024, 8:00 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. Forest Service (USFS) is re-opening Solicitation 12569R24Q7003 for an open-season Onboarding period for Chipper services in Regions 5 & 6. This is a Total Small Business Set-Aside for Incident Blanket Purchase Agreements (I-BPAs) to support fire suppression and all-hazard incidents. Vendor quote responses are due no later than April 20, 2026, at 12:00 PM PST.

Purpose & Scope

This opportunity seeks to establish Multiple Award Incident Blanket Purchase Agreements (I-BPAs) for chipper services for local, regional, and nationwide fire suppression and all-hazard incidents. This re-opening allows new eligible Small Business Offerors to submit quotes and existing I-BPA awardees to revise rates, modify, or add resources. It is an Onboarding period under the original solicitation terms, not a new procurement action.

Key Requirements

  • Services: Provide chipper services for fire suppression and all-hazard incidents.
  • Equipment: Chipper types include Type 1 (18-inch capacity), Type 2 (13-17 inch capacity), and Type 3 (9-12 inch capacity), all hand-fed with a minimum 3-person crew.
  • Standards: Resources must meet NWCG Standards for Interagency Incident Business Management.
  • Compliance: Adherence to labor laws, including the Agricultural Worker Protection Act (MSPA) and H-2B program requirements, is mandatory. Personal Protective Equipment (PPE) requirements are specified.

Contract Details

  • Type: Multiple Award Incident Blanket Purchase Agreement (I-BPA).
  • Set-Aside: 100% Total Small Business Set-Aside.
  • Period: 3 years from the date of award, with annual review modifications.
  • Value: Individual orders are limited to the Simplified Acquisition Threshold (SAT). Placement of orders is not guaranteed.
  • Estimated Award: June 2026.

Submission & Evaluation

  • Submission: Quotes must be submitted through the VIPR NextGen application at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d.
  • Evaluation Factors: Operational acceptability, price reasonableness, and past performance dependability risk.
  • Socioeconomic Advantage: A 5% advantage may be applied for HUBZone, Service-Disabled Veteran-Owned, Economically Disadvantaged Women-Owned, Women-Owned Small Business, and 8(a) categories.
  • Eligibility: Awards are prohibited to Government employees or entities.
  • Due Date: April 20, 2026, 12:00 PM PST.

Contact Information

For inquiries, contact Rakeem Bolden at rakeem.bolden@usda.gov or 601-965-1671.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 6
Solicitation
Posted: Mar 20, 2026
View
Version 5
Solicitation
Posted: Mar 20, 2026
View
Version 4
Solicitation
Posted: Jan 27, 2025
View
Version 3
Solicitation
Posted: Mar 8, 2024
View
Version 2
Solicitation
Posted: Feb 15, 2024
View
Version 1Viewing
Pre-Solicitation
Posted: Feb 1, 2024
VIPR-IBPA Chipper for Regions 5 & 6 | GovScope