VIPR I-BPA for Clerical Support Unit 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 U.S. Department of Agriculture (USDA), Forest Service (USFS), is re-opening Solicitation 12024B25Q7002 for an open-season Onboarding period for Clerical Support Units for Region 13 - National. 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. Vendor quote responses are due April 17, 2026, at 5:00 PM MDT.
Purpose
This amendment re-opens the original solicitation to conduct Onboarding, allowing new Offerors to submit quotes and existing I-BPA awardees to revise rates, modify, or add new resources. This is not a new procurement action but operates under the terms and conditions of the original solicitation, with new awards being identical to the original agreements.
Scope of Work
Contractors will provide self-contained Clerical Support Units, fully operable within two hours of arrival. Key capabilities include producing 400 copies of 40 pages twice daily within three hours, basic word processing, scanning, and 36" format plotting. Units must meet minimum equipment requirements, including AC power, UPS (backup generator acceptable), OSHA-compliant work environments (including steps), wheel chocks, and sufficient lighting. Specific equipment includes multiple photocopiers (quantity may be flexible if scope is met), a color printer (up to 11"x17"), a large format color plotter, and workstations with computers and Microsoft Office. All copy paper must contain a minimum of 30% recycled content. Personnel must be skilled, capable of troubleshooting, and fluent in English. Crucially, CSU units are responsible for providing their own internet connectivity. For Region 5, dispatch centers are restricted to CA-ONCC or CA-OSCC.
Contract Details
- Type: Multiple Award Incident Blanket Purchase Agreement (I-BPA)
- Set-Aside: 100% Small Business Set-Aside (with a 5% advantage for socioeconomic categories, up to 10% maximum).
- Individual Order Limit: Simplified Acquisition Threshold (SAT).
- Period: Agreements are valid year-round, with an initial period of X years from award, subject to annual review modifications. Placement of orders is not guaranteed.
Submission & Evaluation
- Submission Method: All responses must be submitted through the VIPR NextGen application at
https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d. - Due Date: April 17, 2026, at 5:00 PM MDT.
- Evaluation Factors: Quotes will be evaluated based on operational acceptability, price reasonableness, and past performance dependability risk. Technical evaluation is required prior to award consideration. Offerors must submit required technical quote pictures and documents. Prices must be held firm for 60 calendar days.
Key Clarifications
Q&A documents have clarified that photocopier quantities can be recommendations if the scope is met, but safety items like wheel chocks are mandatory. Complete, fully equipped units are expected. Pricing for consumables is fixed, and copy rates were determined via market research.