Mobile Sleeper Unit for Region 13 - National

SOL #: 12024B24Q7003Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA FOREST SERVICE
BOISE, ID, 83705, 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

No set aside specified

Timeline

1
Posted
Feb 29, 2024
2
Last Updated
Mar 25, 2026
3
Submission Deadline
Apr 30, 2026, 5:00 AM

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 Department of Agriculture (USDA), United States Forest Service (USFS), is soliciting for Mobile Sleeper Unit services to support incident response in Regions 3, 4, 5, and 6. The solicitation number is 12024B24Q7003. This effort aims to establish multiple Incident Blanket Purchase Agreements (I-BPA). Responses are due April 30, 2026.

Scope of Work

Contractors will provide Mobile Sleeper Units for use in severity, fire suppression, prescribed fire, and all-hazard incidents. This includes responsibility for all necessary equipment, materials, supplies, transportation, lodging, and trained/certified personnel, along with their supervision and management. Resources may not be designated more than 450 miles away from their selected Dispatch Center. Quoters should select the dispatch center closest to their resource location to ensure timely incident support.

Contract & Timeline

  • Type: Multiple Incident Blanket Purchase Agreements (I-BPA)
  • Set-Aside: Total Small Business
  • NAICS: 115310 – Support Activities for Forestry (Size Standard: $34 million)
  • Response Due: April 30, 2026
  • Published: March 24, 2026 (Latest opportunity update date)
  • Original Solicitation Posting: On or about February 28, 2024

Submission & Evaluation

Awards will be competitively made by Dispatch Centers within the advertised Region. Only businesses with an active SAM account verifying the advertised NAICS will be considered. All equipment will be evaluated prior to award, with inspection information provided in Section E.2 of the solicitation. The Government anticipates awarding multiple I-BPAs. If responses are determined to be too low to be advantageous to the Government, no awards will be made.

Additional Notes

  • This solicitation utilizes the VIPR Vendor Web Application (https://apps.fs.usda.gov/vipr/vendor). A Level 2 eAuthentication account is required to access VIPR.
  • Vendors must be registered and have an active account in SAM.gov with completed Online Representations and Certifications.
  • The solicitation is available electronically on SAM.gov.
  • The USFS Fire and Aviation Management (F&AM) Regional Program Office Representatives will annually determine if an open season on-ramping process is needed to add contractors.
  • Optional use by Interagency Cooperators (DOI, NPS, BIA, State, etc.) is subject to their payment and administrative terms.
  • Contact Jennifer Travis at jennifer.travis@usda.gov or 970-373-7170 for inquiries.

People

Points of Contact

Jennifer TravisPRIMARY

Files

Files

View
View
View

Versions

Version 7
Solicitation
Posted: Mar 25, 2026
View
Version 6Viewing
Solicitation
Posted: Mar 24, 2026
Version 5
Solicitation
Posted: Feb 7, 2025
View
Version 4
Solicitation
Posted: Feb 5, 2025
View
Version 3
Solicitation
Posted: Jan 28, 2025
View
Version 2
Solicitation
Posted: Mar 6, 2024
View
Version 1
Pre-Solicitation
Posted: Feb 29, 2024
View