VIPR I-BPA for Mechanic with Service Truck for East Zone (Regions 1, 2, and 4) ONLY

SOL #: 1202SB26Q7009Pre-Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA-FS PPS INCIDENT PROCUREMENT
Boise, ID, 837055354, United States

Place of Performance

Boise, ID

NAICS

General Automotive Repair (811111)

PSC

Forest/Range Fire Suppression/Presuppression Services (F003)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 16, 2026
2
Last Updated
Apr 1, 2026
3
Response Deadline
May 4, 2026, 10:30 PM

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 Mechanic with Service Truck Incident Blanket Purchase Agreements (I-BPAs). These agreements are for the East Zone (Regions 1, 2, and 4) ONLY and will support local, regional, and national fire suppression, all-hazard incidents, and prescribed project work. This opportunity is a Total Small Business Set-Aside. Quotes are due May 4, 2026.

Scope of Work

Contractors will be responsible for providing all necessary equipment, materials, supplies, transportation, lodging, and fully managed, supervised, trained, and certified personnel. Services include mechanical support for wildland fire protection, severity incidents, all-hazard response, and prescribed projects. Resources awarded under this solicitation may also be used by interagency cooperators (DOI, NPS, BIA, State agencies, etc.).

Contract & Timeline

  • Opportunity Type: Presolicitation for Incident Blanket Purchase Agreements (I-BPAs)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Response Due: May 4, 2026, 22:30 UTC
  • Published Date: March 17, 2026
  • Rates: Proposed rates must reflect up to a 16-hour daily shift and include all pricing elements identified in Section B.2. Payment will be made at the rates in effect at the time of order issuance.
  • Annual Review: The USFS Fire and Aviation Management Regional Program Office Representatives will determine annual open-season onboarding periods for additional contractors.

Submission & Evaluation

Agreements will be competitively awarded within advertised regional dispatch centers. Vendors are strongly encouraged to select the dispatch center closest to their physical resources to ensure timely response and provide best value regarding travel costs. A Socioeconomic Status Advantage will be applied per Section B.6.

Key Requirements for VIPR Next Gen System

The solicitation will be issued through the Virtual Incident Procurement (VIPR) Next Gen System. Vendors must:

  • Maintain a valid email address for all VIPR communications.
  • Possess a valid Unique Entity ID (UEI), obtainable at no cost through SAM.gov.
  • Maintain an active SAM.gov registration.
  • Have a Login.gov account to conduct official electronic business transactions and create a VIPR Next Gen account.
  • Submit quotes electronically using the VIPR Next Gen Vendor Application.

People

Points of Contact

Melissa MaestasPRIMARY
Michael (Ryan) GreenSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Apr 1, 2026
View
Version 2Viewing
Pre-Solicitation
Posted: Mar 17, 2026
Version 1
Pre-Solicitation
Posted: Mar 16, 2026
View