Helicopter Operations 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 12024B24Q7002 for an open season Onboarding period for Helicopter Operations Support (HOS) Units. This opportunity is for a Multiple Award Incident Blanket Purchase Agreement (I BPA) to support local, regional, and national fire suppression and all-hazard incidents. Quotes are due by April 27, 2026, at 5:00 PM MDT.
Purpose & Scope
This solicitation seeks HOS Units (trailers) for use on fire suppression, all-hazard incidents, and prescribed fire project work. The Onboarding period allows new Offerors to submit quotes and existing I BPA awardees to revise rates, modify resources, or add new resources. All proposed resources must meet the criteria established in the original solicitation.
Key Requirements
- HOS Unit: Minimum 26'x8' climate-controlled trailer with specific window requirements, a technician for setup/maintenance, and a fire extinguisher.
- Equipment: P25 digital VHF-FM and UHF-FM radios, VHF-AM fixed radios, portable VHF-AM and P25 digital VHF-FM radios (with specific frequency bands, power, and programming), antennas, RF cables, public address system, and digital weather station.
- Infrastructure: Multiple workstations, rolling chairs, AC lighting, 120V 50 Amp AC service, battery backup, external generator, telephone service (multiple lines), and internet capability (satellite or high-speed).
- Personnel: Must be proficient in English; minimum age 18 for firefighting resources.
- Sustainability: Requirement to use biobased products where reasonably available.
Contract Details
- Contract Type: Multiple Award Incident Blanket Purchase Agreement (I BPA).
- Period of Performance: 3 years from the date of award, with annual review modifications.
- Estimated Value: Total award estimated at $40,000,000.00. Individual orders are limited to the Simplified Acquisition Threshold (SAT).
- Set-Aside: This is a 100% Small Business Set-Aside.
- Socioeconomic Advantage: A 5% advantage is applied for HUBZone, Service-Disabled Veteran-Owned, and Economically Disadvantaged Women-Owned Small Business categories, up to a cap of 10%.
Submission & Evaluation
- Submission Method: Quotes must be submitted electronically through the VIPR NextGen application at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d.
- Offer Due Date: April 27, 2026, at 5:00 PM MDT.
- Evaluation Factors: Operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk. New quote submissions must meet Acceptability Pass/Fail requirements.
- Technical Quote: Requires specific pictures/files demonstrating operational acceptability, including vehicle data plate, exterior, and interior pictures.
Additional Notes
Onboarding is conducted under the terms of the original solicitation; it is not a new procurement action. Any new I BPA awards will be identical to the original agreements in terms, conditions, and period of performance. No orders or payments are guaranteed.