VIPR I-BPA for Potable & Gray Water Truck/Handwashing Station (Trailer Mounted) for Region 3 - East Zone
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), is re-opening Solicitation 1202SB24Q7010 for an open season Onboarding period. This opportunity is for Potable & Gray Water Truck/Handwashing Station (Trailer Mounted) services for Region 3 - East Zone to support local, regional, and national fire suppression and all-hazard incidents. This is a 100% Small Business Set-Aside for Multiple Award Incident Blanket Purchase Agreements (I-BPAs). Vendor quote responses are due no later than April 23, 2026, at 4:30 PM MST.
Purpose & Scope
This amendment re-opens the original solicitation to conduct Onboarding, allowing existing I-BPA awardees to revise rates, modify resources, or add new resources. New Offerors who meet all eligibility requirements may also submit quotes for consideration. The required resources include:
- Potable Water Trucks (various gallon capacities)
- Gray Water Trucks (various gallon capacities)
- Handwashing Stations (Trailer Mounted) (Type 1: 12+ sinks, Type 2: 8-11 sinks)
All proposed resources must meet the criteria established in the original solicitation, including specific requirements for equipment, vehicle standards (e.g., fire extinguisher, spark arrester, backup alarm), and operator licensing (CDL for vehicles over 26,001 lbs GVWR).
Contract Details
- Type: Multiple Award Incident Blanket Purchase Agreement (I-BPA)
- Set-Aside: 100% Small Business Set-Aside (also WOSB eligible)
- Estimated Value: $34,000,000.00 (for NAICS code 115310)
- Period: 3 years from the date of original award, with annual review modifications.
- New I-BPA awards issued through Onboarding will be identical to the original awards in terms, conditions, and period of performance.
Submission & Evaluation
- Submission Method: Vendors must submit responses through the VIPR NextGen application located at
https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d. - Response Due: April 23, 2026, at 4:30 PM MST.
- Evaluation Factors: Operational acceptability, price reasonableness, and past performance dependability risk. New quote submissions must meet all Acceptability Pass/Fail requirements.
- Socioeconomic Advantage: A 5% socioeconomic status advantage is applicable to DPL ranking for HUBZone, Service-Disabled Veteran-Owned, and 8(A) concerns (up to a 10% cap).
- Technical quotes require specific pictures and documents.
- Offers must be held firm for 60 calendar days from the quote due date.
Contact Information
- Primary Contact: Melissa Maestas
- Email:
melissa.maestas@usda.gov - Phone: 9705080603