VIPR I-BPA for Mobile Laundry Unit for Region 13 - National
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. Forest Service (USFS), under the Department of Agriculture, is soliciting quotes for Mobile Laundry Units (Type 1 and Type 2) to support fire suppression and all-hazard incidents nationwide. This is an open season onboarding for Incident Blanket Purchase Agreements (I-BPAs) through the Virtual Incident Procurement (VIPR) system. The opportunity is a Total Small Business Set-Aside. Quotes are due by April 20, 2026, at 5:00 PM MDT.
Scope of Work
Contractors will provide self-contained mobile laundry units, including all necessary equipment, materials, supplies, transportation, lodging, and trained personnel. Services are for local, regional, and nationwide fire suppression and all-hazard incidents. Key requirements for mobile laundry units include:
- Generators with a maximum 68 dB at 50 feet.
- Continuous hot water supply (minimum 140 degrees F).
- Minimum 2000-gallon storage for both grey water and potable water.
- Use of synthetic, heavy-duty commercial-grade detergent (fatty-based soaps and chlorine bleach prohibited).
- Special handling for Nomex (flame-retardant clothing), including separate washing and specific temperature guidelines.
- Laundry must be weighed dry upon receipt and returned within 24 hours after the first 48 hours at the incident.
- Facilities must operate daily from 0500-1000 and 1700-2200.
- Vehicles must meet licensing, inspection, and safety standards.
- Personnel must be fluent in English.
Contract Details
- Type: Multiple Award Incident Blanket Purchase Agreements (I-BPAs).
- Duration: Each agreement has a 2-year period of performance from the award date, subject to annual reviews. No orders or payments are guaranteed.
- Set-Aside: 100% Total Small Business Set-Aside (NAICS 812320, Size Standard: $7.00 Million). Socioeconomic status advantages (HUBZone, WOSB, EDWOSB, 8(A)) may apply to dispatch priority ranking.
- Dispatch: Agreements will be competitively awarded within Regional dispatch centers. Quoters should select the dispatch center closest to their resource location to ensure timely response and best value for travel costs.
Eligibility & Submission Requirements
Vendors must meet several prerequisites to submit a quote:
- Possess a valid email address for all VIPR communications.
- Have a valid Unique Entity ID (UEI) Number.
- Maintain an active registration in the System for Award Management (SAM.gov).
- Hold a USDA Level 2 eAuthentication account to create a VIPR account.
- Submit quotes electronically via the VIPR Vendor Application.
Evaluation & Deadline
Quotes will be evaluated based on operational acceptability, price reasonableness, and past performance dependability risk. A technical evaluation, including equipment pictures and documentation, is required. This open season onboarding allows both existing IBPA awardees to revise rates/resources and new offerors to submit quotes. All proposed resources must meet the criteria established in the original solicitation.
Quotes are due no later than April 20, 2026, at 5:00 PM MDT.
Contact Information
For inquiries, contact Jennifer Travis at jennifer.travis@usda.gov or 970-373-7170.