VIPR I-BPA for Miscellaneous Heavy Equipment for Region 5 - Pacific Southwest Region

SOL #: 129J6124Q7001Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA FS
MCCLELLAN, CA, 95652, United States

Place of Performance

Place of performance not available

NAICS

Support Activities for Forestry (115310)

PSC

Forest/Range Fire Suppression/Presuppression Services (F003)

Set Aside

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

Timeline

1
Posted
Feb 2, 2024
2
Last Updated
Mar 31, 2026
3
Submission Deadline
Mar 24, 2024, 7:00 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) has re-opened Solicitation 129J6124Q7001 for an open season Onboarding period to establish Multiple Award Incident Blanket Purchase Agreements (I-BPAs) for Miscellaneous Heavy Equipment in Region 5 (Pacific Southwest Region). This opportunity supports local, regional, and national fire suppression, all-hazard incidents, prescribed fire, and Burned Area Emergency Response (BAER) project work. This is a 100% Small Business Set-Aside. Vendor quote responses are due no later than April 26, 2026, at 18:00 PST.

Scope of Work

The requirement is for various types of heavy equipment, including:

  • Feller Buncher (Type 1 & 2)
  • Mulcher/Masticator (Boom Mounted Type 1-4, Strip Type 1-3)
  • Road Grader (Type 1-2)
  • Skidder (Type 1-3)

Equipment must meet detailed specifications for horsepower, operating weight, and other attributes. Operational acceptability requires compliance with Federal OSHA, functional guards, lighting, USFS-qualified spark arresters, and fire extinguishers. Personnel must meet safety standards, be at least 18 for hazardous duties, and have minimum training (e.g., RT-130 Annual Fireline Refresher, fire shelter) and English communication proficiency.

Contract Details

  • Contract Type: Multiple Award Incident Blanket Purchase Agreement (I-BPA)
  • Set-Aside: 100% Small Business Set-Aside
  • Period of Performance: 3 years from the date of award, with annual review modifications. New I-BPA awards will be identical to the original agreements in terms, conditions, and period of performance.
  • NAICS: 115310 (Forestry and Logging) with a size standard of $34,000,000.00.
  • Note: Placement of orders is not guaranteed.

Submission & Evaluation

Quotes must be submitted through the VIPR NextGen application (https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d). Evaluation factors include operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk. A 5% advantage will be applied for each socioeconomic category checked, up to a 10% cap. New quote submissions must meet all Acceptability Pass/Fail requirements.

Key Dates

  • Vendor Quote Responses Due: April 26, 2026, 18:00 PST
  • Published Date: March 31, 2026

Contact Information

People

Points of Contact

Nathan StampkePRIMARY

Files

Files

View

Versions

Version 5
Solicitation
Posted: Mar 31, 2026
View
Version 4
Solicitation
Posted: Mar 24, 2026
View
Version 3
Solicitation
Posted: Feb 4, 2025
View
Version 2Viewing
Solicitation
Posted: Feb 20, 2024
Version 1
Pre-Solicitation
Posted: Feb 2, 2024
View