VIPR I-BPA for Faller for Region 3 ONLY
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 1202SB23Q7009 for an open season Onboarding period for Faller services in Region 3 ONLY to support local, regional, and national fire suppression and all-hazard incidents. This is a Total Small Business Set-Aside for a Multiple Award Incident Blanket Purchase Agreement (I-BPA). Vendor quote responses are due no later than April 23, 2026, at 17:00 MDT.
Scope of Work
This opportunity seeks "faller module(s)" for fire suppression, all-hazard incidents, and Burned Area Emergency Response (BAER) project work. Contractors must provide all necessary equipment (chainsaws, 4-wheel/all-wheel drive vehicles), materials, supplies, transportation, lodging, trained personnel, and supervision. Personnel must meet minimum experience requirements (3 years commercial logging or wildfire incident faller experience), hold RT-130 Annual Fireline Refresher, and pass the Arduous Work Capacity Fitness Test. Mandatory Personal Protective Equipment (PPE) includes specific requirements for boots, hard hats, gloves, chaps, eye/hearing protection, headlamps, fire shelters, and flame-resistant clothing.
Contract Details
This action will result in Multiple Award Incident Blanket Purchase Agreements (I-BPAs). The agreements are valid for 2 years from the date of award, with annual review modifications. The specific dollar limitation for any individual order is the Simplified Acquisition Threshold (SAT). This Onboarding period is conducted under the terms of the original solicitation, meaning any new I-BPA awards will be identical to the original awards, including all terms, conditions, and the period of performance. Existing I-BPA awardees may revise rates, modify resources, or add new resources, while new Offerors meeting eligibility requirements may submit quotes.
Submission & Evaluation
Quotes must be submitted through the "VIPR NextGen" application located at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d. New quote submissions must meet all Acceptability Pass/Fail requirements and will be evaluated using the same factors as the original solicitation: operational acceptability, price reasonableness, and past performance dependability risk. Awards will be made to responsible quoters whose quotes are advantageous to the Government. Socioeconomic status (e.g., Small Business, HUBZone, EDWOSB) may provide a dispatch priority advantage. The acquisition is a 100% Small Business Set-Aside. Awards to Government employees or entities owned/controlled by Government employees are prohibited.
Key Dates
- Response Due: April 23, 2026, at 17:00 MDT
- Published Date: March 19, 2026
Contact Information
For inquiries, contact Joseph Perkins at joseph.perkinsv@usda.gov or 202-981-4543.