VIPR I-BPA for Mechanic with Service Truck for East Zone (Regions 1, 2, and 4) 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 soliciting proposals for Mechanic with Service Truck services to establish multiple Incident Blanket Purchase Agreements (I-BPAs) for use in Regions 1, 2, and 4 ONLY. These services will support local, regional, and national fire suppression, all-hazard incidents, and prescribed project work. This acquisition is a Total Small Business Set-Aside. Quotes are due May 11, 2026, at 04:30 PM MST.
Scope of Work
Contractors will provide fully managed, supervised, trained, and certified personnel, along with all necessary equipment, materials, supplies, transportation, and lodging. Services include:
- Mechanic, Heavy (Heavy Equipment Mechanic with Service Truck)
- Mechanic, Auto/Truck (Auto/Truck Mechanic with Service Truck)
Key Requirements:
- Equipment: Specific equipment for service trucks, including analyzers, welders, diagnostic tools, air compressors, impact wrenches, jacks, lighting, spill kits. Heavy Equipment Mechanics require additional items like a service crane.
- Personnel: Minimum 3 years journeyman-level experience, Commercial Driver's License (CDL), RT-130 Annual Fireline Refresher, and DOT air brake qualifications.
- PPE: Specific Personal Protective Equipment (boots, hard hats, gloves, eye/hearing protection, flame-resistant clothing).
- Consumables: Initial consumable goods for the first 24 hours of operation.
Contract Details
- Contract Type: Multiple Indefinite-Delivery/Indefinite-Quantity (IDIQ) I-BPAs.
- Period of Performance: 5 years from the date of award, with annual review modifications.
- Set-Aside: Total Small Business Set-Aside, with socioeconomic status advantages applied to dispatch priority ranking (HUBZone, SDVOSB, EDWOSB, 8(a)).
- Estimated Value: Size Standard is $19,000,000.00.
- Submission Method: Quotes must be submitted electronically through the Virtual Incident Procurement (VIPR) Next Gen System.
Evaluation
Quotes will be evaluated based on:
- Operational acceptability of equipment/resource.
- Price reasonableness.
- Past performance dependability risk.
Key Deadlines
- Solicitation Issue Date: April 1, 2026.
- Quote Due Date: May 11, 2026, at 04:30 PM MST.
Additional Notes
Vendors must maintain a valid email, possess a valid Unique Entity ID (UEI), have an active SAM registration, and a Login.gov account to use the VIPR Next Gen System. Selecting a dispatch center closest to resources is strongly encouraged for timely response and best value. No orders or payments are guaranteed.