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), has re-opened Solicitation 12024B25Q7002 for an open-season Onboarding period for Clerical Support Units (CSU). These units are essential for supporting local, regional, and national fire suppression and all-hazard incidents. This opportunity is a 100% Small Business Set-Aside for a Multiple Award Incident Blanket Purchase Agreement (I-BPA). Vendor quote responses are due by April 17, 2026, at 17:00 MDT.
Scope of Work
This re-opening allows new Offerors to submit quotes for consideration and existing I-BPA awardees to revise rates, modify resources, or add new resources. All proposed resources and new quote submissions must meet the criteria and evaluation factors established in the original solicitation. Any resulting new I-BPA awards will be identical in terms and conditions to the original agreements.
Key Requirements & Clarifications
- Unit Completeness: Bidders must provide fully equipped, complete Clerical Support Units ready to operate. Submitting empty trailers with minimal equipment is not permitted.
- Internet & Power: CSU units are required to provide their own internet connectivity. Generators are mandatory for unit function, and a backup generator is acceptable for UPS systems.
- Equipment: While some equipment quantities (e.g., photocopiers) are recommendations, the capability to meet specified volume production is key. Safety items like wheel chocks are mandatory.
- Pricing: Pricing should be based on vendors' own business processes and costs. The government will evaluate offers against an Independent Government Cost Estimate (IGCE). Vendors must adhere to the published rate list; items not on the rate schedule will not be paid for.
- Dispatch Locations: For Region 5, only CA-ONCC or CA-OSCC are acceptable Dispatch Center Locations. Proposals listing other locations may result in no award.
- Personnel: Personnel working in the clerical unit are not required to be Red Carded. Vendors must comply with all Department of Labor (DOL) regulations and state laws regarding employee eligibility and authorization to work, including for minors.
Contract & Timeline
- Type: Multiple Award Incident Blanket Purchase Agreement (I-BPA)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: F003 (Forest/Range Fire Suppression/Presuppression Services)
- Response Due: April 17, 2026, 17:00 MDT
- Published: March 17, 2026
Submission Information
Vendors must submit responses through the "VIPR NextGen" application located at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d.
Contact Information
For inquiries, contact Jennifer Travis at jennifer.travis@usda.gov or 970-373-7170.