VIPR I-BPA for Fuel Tender for the West Zone (Regions 5 & 6)
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) anticipates issuing a Request for Quotes (RFQ) for Fuel Tender services under a VIPR I-BPA for the West Zone (Regions 5 & 6). This opportunity is a Total Small Business Set-Aside and aims to establish multiple agreements for fire suppression, all-hazard incidents, and prescribed project work. The solicitation will be issued through the Virtual Incident Procurement (VIPR) Next Gen System.
Scope of Work
Contractors will provide Fuel Tenders with qualified operators for use in Regions 5 and 6. Services include supplying all equipment, materials, supplies, transportation, lodging, and fully managed, supervised, trained, and certified personnel. Resources may be used for local, regional, and national fire suppression, all-hazard incidents, and prescribed project work. Specific requirements for Fuel Tender types (Type 1: 3501+ gallons, Type 2: 2501-3500 gallons, Type 3: 500-2500 gallons, Type 4: 600-999 gallons) are detailed, including fuel types (diesel, unleaded premium non-ethanol, regular unleaded) and dispensing systems. Equipment must meet DOT, EPA, and state inspection requirements, and operators must possess a Commercial Driver's License (CDL) with appropriate endorsements.
Contract Details
- Type: Incident Blanket Purchase Agreements (I-BPAs)
- Duration: Five (5) years from the date of award, with annual review modifications.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: F003 (Forest/Range Fire Suppression/Presuppression Services)
- NAICS Code: 324110 (1500 employees size standard)
- Rates: Proposed rates must reflect up to a 16-hour daily shift and include all pricing elements. No orders or payments are guaranteed.
- Response Date: May 11, 2026
- Published Date: April 1, 2026
Evaluation
Quotes will be evaluated based on operational acceptability, price reasonableness, and past performance dependability risk. A 5% socioeconomic status advantage will be applied for HUBZone, Service-Disabled Veteran-Owned, and 8(a) concerns, up to a maximum of 10%. The government intends to award without discussions, so initial offers should contain best terms.
Additional Notes
- VIPR Next Gen System: Vendors must maintain a valid email, possess a valid Unique Entity ID (UEI), maintain an active SAM registration, have a Login.gov account, and submit quotes electronically via the VIPR Next Gen Vendor Application.
- Dispatch Centers: Vendors are encouraged to select the dispatch center closest to their resources to ensure timely response and best value.
- Optional Use: Awarded agreements may be optionally used by interagency cooperators (DOI, NPS, BIA, State agencies, etc.).
- Contacts: Craig Ericson (craig.ericson@usda.gov) and Eric Rusch (eric.rusch@usda.gov).