VIPR I-BPA for Potable & Gray Water Truck/Handwashing Station (Trailer Mounted) for ESB Regions 1, 2, and 4
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 1202SB24Q7018 for an open season Onboarding period for Potable & Gray Water Truck/Handwashing Station (Trailer Mounted) services for ESB Regions 1, 2, and 4. This is a 100% Small Business Set-Aside for a Multiple Award Incident Blanket Purchase Agreement (I-BPA). Vendor quote responses are due no later than April 24, 2026, at 17:00 MDT.
Purpose & Scope
This opportunity supports local, regional, and national fire suppression and all-hazard incidents by establishing I-BPAs for potable and gray water trucks and handwashing stations. This amendment re-opens the original solicitation for an Onboarding period, allowing new Offerors to submit quotes and existing awardees to revise rates or add resources under the original terms and conditions. Onboarding is not a new procurement action but operates under the original solicitation's terms.
Key Requirements & Deliverables
The requirement includes:
- Potable Water Trucks: Types 1-4 (400-999, 1000-2499, 2500-3999, 4000+ gallons).
- Gray Water Trucks: Types 1-4 (400-999, 1000-2499, 2500-3999, 4000+ gallons).
- Handwashing Stations (Trailer Mounted): Types 1-2 (8-11, 12+ sinks). Specific equipment requirements are detailed in Section D.2 of the original solicitation, covering tank construction, pumps, hoses, fittings, and operational standards. All vehicles must have current annual inspection tags for fire extinguishers and approved spark arresters. Personnel must be able to communicate in English.
Contract Details
- 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 original award, with annual review modifications.
- NAICS Code: 115310 (Forest/Range Fire Suppression/Presuppression Services) with a size standard of $34,000,000.00.
- No orders or payments are guaranteed.
Submission & Evaluation
- Submission Method: Quotes must be submitted through the "VIPR NextGen" application (https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d). Vendors must use Login.gov to access the system.
- Evaluation Factors: Quotes will be evaluated based on:
- Operational acceptability of equipment/resource (Pass/Fail).
- Price reasonableness.
- Past performance dependability risk.
- A 5% advantage is applied for socioeconomic categories (HUBZone, SDVOSB, 8(A), EDWOSB, WOSB) up to a cap of 10%.
- Offerors must have active SAM registration and provide specific pictures and documents for technical quotes.
Deadlines & Contacts
- Quote Response Due: April 24, 2026, at 17:00 MDT.
- Primary Contact: Taylor Jones, taylor.jones@usda.gov, 303-928-0298.