VIPR I-BPA for Mechanic with Service Truck for the East Zone (Regions 3 and 8)
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) anticipates issuing a Request for Quotes (RFQ) for Mechanic with Service Truck services under a Virtual Incident Procurement (VIPR) Incident Blanket Purchase Agreement (I-BPA). These services are for the East Zone (Regions 3 and 8) to support local, regional, and national fire suppression, all-hazard incidents, and prescribed project work. The solicitation is a Total Small Business set-aside.
Scope of Work
Contractors will provide Heavy Equipment Mechanic with Service Truck and Auto/Truck Mechanic with Service Truck services. This includes all necessary equipment, materials, supplies, transportation, lodging, and fully managed, supervised, trained, and certified personnel. Specific equipment requirements for service trucks include charging/starting system analyzers, welders, code readers, air compressors, impact wrenches, and various hand tools. Heavy Equipment Mechanics require 1" drive impact wrenches and a mechanics service crane. Personnel must meet specific training, experience, and Personal Protective Equipment (PPE) requirements, including RT-130 Annual Fireline Refresher. Resources may be used by interagency cooperators.
Contract & Timeline
- Type: Incident Blanket Purchase Agreement (I-BPA)
- Duration: 5 years from the date of award, with annual review modifications.
- Set-Aside: Total Small Business (100%)
- NAICS: 811111 (Size Standard: $19,000,000.00)
- Offer Due Date: May 11, 2026, at 05:00 PM MST
- Published: April 2, 2026
Submission & Evaluation
Quotes must be submitted electronically through the VIPR Next Gen System. Vendors need a valid email, Unique Entity ID (UEI), active SAM registration, and a Login.gov account. Technical quotes require pictures and documents. Evaluation factors include operational acceptability, price reasonableness, past performance dependability risk, and socioeconomic status advantages (5% per category, up to 10% total). Quotes are valid for 130 calendar days, and prices must be held firm for 60 calendar days. Placement on the Dispatch Priority List (DPL) considers these factors.
Additional Notes
Vendors are encouraged to select dispatch centers closest to their resources for timely response and best value. An "open season onboarding" period may be initiated annually to add contractors. No orders or payments are guaranteed. Contact Sonia Torres at sonia.torres@usda.gov or 575-654-4207 for inquiries.