VIPR I-BPA for Incident Base Unit for Region 5 - Pacific Southwest Region 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 12569R25Q7004 for an open season Onboarding period for Incident Base Units (IBUs) in Region 5 - Pacific Southwest Region ONLY. This opportunity is a 100% Small Business Set-Aside for Multiple Award Incident Blanket Purchase Agreements (I-BPAs) to support local, regional, and national fire suppression and all-hazard incidents. Vendor quote responses are due no later than April 23, 2026, at 17:00 PST.
Scope of Work
This solicitation seeks offers for IBUs to provide essential equipment and services. Key requirements include:
- Equipment: Type 1 and Type 2 IBUs, including office trailers, tents, generators, portable power systems, area lighting, printers, fax machines, shredders, and handwashing stations. Specific criteria for dimensions, power, insulation, ADA accessibility, and certifications (e.g., ENERGY STAR, NSF) are detailed.
- Vehicles: Must meet USDOT inspections for vehicles over 10,001 lbs GVWR and include fire extinguishers and backup alarms.
- Personnel: Must comply with safety standards, possess English speaking proficiency for communications, and adhere to work/rest guidelines.
Contract Details
- Type: Multiple Award Incident Blanket Purchase Agreement (I-BPA)
- Set-Aside: 100% Small Business Set-Aside
- Duration: Agreements are valid for two (2) years from the original award date, with annual review modifications.
- Dollar Limitation: Simplified Acquisition Threshold (SAT) for any individual order.
- Payment: At rates specified in the agreement at the time of order. Placement of orders is not guaranteed.
Onboarding Process
This amendment re-opens the original solicitation for an open season Onboarding period, which runs concurrently with the USFS annual I-BPA review ("Rollover" modification process). During this period:
- Existing I-BPA awardees may revise rates, modify resources, or add new resources.
- New Offerors who meet all eligibility requirements may submit quotes for consideration.
- All proposed resources and new quote submissions must meet the criteria and Acceptability Pass/Fail requirements established in the original solicitation.
- Any resulting new I-BPA awards will be identical in terms and conditions to the original agreements.
Submission & Evaluation
- Submission Method: All responses must be submitted through the "VIPR NextGen" application located at
https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d. - Evaluation Factors: Quotes will be evaluated based on operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk. A 5% advantage may be applied for socioeconomic categories (HUBZone, Service-Disabled Veteran-Owned, 8(a), Economically Disadvantaged Women-Owned Small Business).
- Eligibility: Offerors must register and maintain active status in the System for Award Management (SAM).
Deadlines
- Quote Responses Due: April 23, 2026, at 17:00 PST.
Contact Information
- Primary Point of Contact: Rashauna Workman, Rashauna.Workman@usda.gov, 208-296-8375.