VIPR I-BPA for GIS 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 USDA Forest Service (USFS) is re-opening Solicitation 12024B25Q7001 for an open-season onboarding period to establish multiple Incident Blanket Purchase Agreements (I-BPAs) for Geographic Information System (GIS) Support Units. These units will provide critical mapping and support for local, regional, and nationwide fire suppression and all-hazard incidents. This opportunity is a Total Small Business Set-Aside. Vendor quotes are due by April 14, 2026, at 5:00 PM MDT.
Purpose & Scope
The USFS National Zone anticipates awarding I-BPAs for GIS Units to support Regions 1, 2, 3, 4, 5, and 6. Contractors will be responsible for providing all necessary equipment, materials, supplies, transportation, lodging, and certified personnel. Resources may also be utilized by Interagency Cooperators (e.g., DOI, NPS, BIA). The primary function of these units is to produce maps and provide GIS support during emergency incidents and prescribed project work.
Key Requirements
Contractors must provide self-contained GIS Units and transportation vehicles, operable within two hours of arrival. Specific requirements include:
- GIS Unit & Vehicle: Minimum 20'x8' trailer (excluding tongue), climate-controlled, AC power (generator), UPS, OSHA compliance, lighting, fire extinguisher, and internet connectivity.
- Type 1 GIS Unit: Four computer workstations (Core i7, 64GB RAM, 4GB dedicated video, 1TB SSD, dual 17" monitors), networking, NWCG-approved ArcGIS, and Microsoft Office Suite. Workspace for up to six.
- Type 2 GIS Unit: Two computer workstations (similar specifications), workspace for up to four.
- Personnel: Must be English-speaking (fluent for tactical, conversational for leadership), meet physical demands, and pass the "Work Capacity Fitness Test" at the arduous level.
Contract Details
- Contract Type: Multiple Incident Blanket Purchase Agreements (I-BPAs). Placement of orders is not guaranteed.
- Period of Performance: Agreements are valid for two years from the date of award, with annual review modifications.
- Estimated Award Date: June 2026.
- Set-Aside: 100% Total Small Business Set-Aside. A 5% socioeconomic advantage (up to 10%) is applied for categories checked in Block 10 of SF-1449.
Submission & Evaluation
Quotes must be submitted electronically through the VIPR NextGen application (https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d). Evaluation factors include:
- Operational acceptability of equipment/resource.
- Price reasonableness.
- Past performance dependability risk. All submitted resources must pass a Technical Evaluation, requiring specific pictures and documentation.
Important Notes
Vendors must have a valid email, Unique Entity ID (UEI), active SAM registration, and a Login.gov account to create a VIPR account. Proposed rates should be based on up to a 16-hour daily shift. Agreements will be competitively awarded within advertised regional dispatch centers; selecting a dispatch center closest to the resource location is advised for best value and timely response. This amendment re-opens the solicitation for onboarding, and new awards will be identical to original awards in terms and conditions.