VIPR I-BPA for Crew Carrier Bus for Region 13 - National

SOL #: 12024B23Q7000Pre-Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA FOREST SERVICE
BOISE, ID, 83705, 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 21, 2023
2
Last Updated
Mar 19, 2026
3
Response Deadline
Apr 7, 2023, 6:00 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 12024B23Q7000 for an open-season Onboarding period for Crew Carrier Buses for Region 13 - National. This is a Multiple Award Incident Blanket Purchase Agreement (I-BPA), designated as a 100% Small Business Set-Aside. The purpose is to support local, regional, and national fire suppression and all-hazard incidents. Vendor quote responses are due no later than April 17, 2026, at 5:00 PM MDT.

Purpose & Scope

This amendment re-opens an existing solicitation to allow new Offerors to submit quotes and existing I-BPA awardees to revise rates, modify resources, or add new resources. The requirement is for school-type crew carrier buses to transport personnel for wildland fire and all-hazard incidents. This Onboarding is conducted under the terms of the original solicitation, and new I-BPA awards will be identical to the original awards in terms, conditions, and period of performance.

Key Requirements

Proposed buses must be 1999 or newer, with a minimum capacity of 22 adult passengers, and meet specific FMVSS standards (121, 217, 220, 221, 222). They must have FMVSS compliant seats/seatbelts, a cargo area of at least 120 cubic feet capable of carrying 5300 pounds, and a functioning foot valve. Operators require a Commercial Driver's License (CDL) with passenger endorsement and a valid medical card. Personnel must adhere to safety standards, including wearing appropriate Personal Protective Equipment (PPE) and following work/rest guidelines.

Contract Details

This will result in multiple I-BPAs with a 2-year period of performance from the date of award, subject to annual review modifications. Payment will be at rates specified in the agreement in effect at the time of the order.

Submission & Evaluation

Quotes must be submitted exclusively through the "VIPR NextGen" application (https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d). Submissions will be evaluated based on operational acceptability, price reasonableness, and past performance dependability risk, using the same factors as the original solicitation. A 5% advantage is applied for socioeconomic categories (HUBZone, SDVOSB, 8(a), EDWOSB, WOSB). Offerors must hold prices firm for 60 calendar days.

Timeline

  • Responses Due: April 17, 2026, at 5:00 PM MDT
  • Published Date: March 19, 2026

Contact Information

For inquiries, contact Jennifer Travis at jennifer.travis@usda.gov or 970-373-7170.

People

Points of Contact

Jennifer TravisPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 7
Solicitation
Posted: Mar 19, 2026
View
Version 6
Solicitation
Posted: Jan 27, 2025
View
Version 5
Solicitation
Posted: Jan 18, 2024
View
Version 4
Solicitation
Posted: Mar 18, 2023
View
Version 3
Solicitation
Posted: Mar 17, 2023
View
Version 2
Solicitation
Posted: Mar 13, 2023
View
Version 1Viewing
Pre-Solicitation
Posted: Feb 21, 2023