VIPR I-BPA for Mobile Chainsaw Repair Service Trailer for Region 5 - Pacific Southwest Region and Region 6 Pacific Northwest Region

SOL #: 12569R24Q7002Pre-Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA-FS PPS INCIDENT PROCUREMENT
Boise, ID, 837055354, 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
Jan 31, 2024
2
Last Updated
Mar 19, 2026
3
Response Deadline
Mar 18, 2024, 7:30 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 USDA Forest Service (USFS) has re-opened Solicitation 12569R24Q7002 for an open season Onboarding period for Mobile Chainsaw Repair Service Trailers for Region 5 (Pacific Southwest) and Region 6 (Pacific Northwest). This opportunity is for a Multiple Award Incident Blanket Purchase Agreement (I BPA), designated as a 100% Small Business Set-Aside, to support local, regional, and national fire suppression and all-hazard incidents. New offerors and existing awardees can submit or update quotes. Responses are due by April 23, 2026, at 5:00 PM MST.

Scope of Work

This requirement is for mobile chainsaw repair services, including the repair of chainsaws and portable pumps. Equipment must be fully self-contained, have an AC power source, adequate parts inventory, and appropriate tools as detailed in Section D.2.1.1 of the original solicitation. Personnel must meet safety standards and wear required Personal Protective Equipment (PPE). These services will support wildland fire agencies.

Contract & Timeline

  • Type: Multiple Award Incident Blanket Purchase Agreement (I BPA)
  • Duration: 3 years from the date of award, with annual review modifications.
  • Set-Aside: 100% Small Business Set-Aside
  • Response Due: April 23, 2026, 5:00 PM MST
  • Submission Method: Through the "VIPR NextGen" application (https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d)
  • Contract Details: The dollar limitation for any individual order is the Simplified Acquisition Threshold (SAT). Placement of orders is NOT GUARANTEED. Any new I BPA awards will be identical to the original awards in terms, conditions, and period of performance.

Evaluation

Quotes will be evaluated based on the same factors as the original solicitation:

  1. Operational acceptability of equipment/resource.
  2. Price reasonableness.
  3. Past performance dependability risk. New quote submissions must meet all Acceptability Pass/Fail requirements.

Additional Notes

This amendment re-opens the original solicitation for Onboarding in accordance with Exhibit H – Special Contract Requirements. Vendors must register and update information in the System for Award Management (SAM). All communications and submissions must be done through the VIPR Next Gen system. Primary Contact: Charles Stuart, charles.stuart@usda.gov, 406-329-3562.

People

Points of Contact

Charles Stuart, Jr.PRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Solicitation
Posted: Mar 19, 2026
View
Version 3
Solicitation
Posted: Jan 28, 2025
View
Version 2
Solicitation
Posted: Feb 15, 2024
View
Version 1Viewing
Pre-Solicitation
Posted: Jan 31, 2024