VIPR I-BPA Refrigerated Trailer for Regions 1, 2, 3, 4, 5, 6, 8, and 9
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 12569R25Q7001 for an open season Onboarding period for a Multiple Award Incident Blanket Purchase Agreement (I-BPA) for Refrigerated Trailers. This opportunity supports local, regional, and national fire suppression and all-hazard incidents across Regions 1, 2, 3, 4, 5, 6, 8, and 9. This is a 100% Small Business Set-Aside. Vendor quote responses are due by April 27, 2026, at 5:00 PM PST.
Opportunity Overview
This amendment re-opens the original solicitation to conduct Onboarding, which is not a new procurement but an opportunity for new Offerors to submit quotes and for existing I-BPA awardees to revise rates, modify resources, or add new resources. The Onboarding period runs concurrently with the USFS Contracting Officer’s annual I-BPA review ("Rollover"). Any new I-BPA awards will be identical to the original awards in terms, conditions, and period of performance, using the same evaluation factors.
Scope of Work
The requirement is for refrigerated trailer units with mechanical, diesel-powered refrigeration. Key specifications include:
- Well-insulated units with automatic low fuel shutdown and auto restart.
- Ability to maintain stored food at 41°F or lower and freezer storage at 0°F, with a movable partition.
- Units must arrive at incidents at 41°F.
- Specific requirements for trailer dimensions, fuel tank capacity, landing gear, and noise levels (<= 68 decibels at 50 feet).
- Equipment must meet all applicable state and federal laws and be maintained in good repair, including vehicle licensing and biobased products.
- Personnel safety guidelines (PPE, work/rest) must be followed.
Contract Details
This solicitation will result in Multiple Award I-BPAs. The agreement period is for 4 years from the date of award, subject to annual review modifications. The dollar limitation for any individual order is the Simplified Acquisition Threshold (SAT). Proposed rates must be all-inclusive, covering labor, equipment, operating supplies, materials, taxes, insurance, overhead, and profit.
Submission & Evaluation
Offers must be submitted through the VIPR NextGen application located at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d. Quotes will be evaluated based on operational acceptability, price reasonableness, and past performance dependability risk. A 5% advantage will be applied for socioeconomic categories (HUBZone, Service-Disabled Veteran-Owned, 8(A), WOSB, EDWOSB) up to a maximum of 10%. Technical quotes require specific pictures and documents. Offers must be held firm for 60 calendar days.
Eligibility & Set-Aside
This acquisition is a 100% Small Business Set-Aside. The NAICS code is 484220 with a size standard of $34,000,000.00. Awards to Government employees or entities are prohibited. All proposed resources and new quote submissions must meet the criteria and Acceptability Pass/Fail requirements established in the original solicitation.
Key Dates & Contact
- Quote Due Date: April 27, 2026, at 5:00 PM PST.
- Primary Contact: Rashauna Workman, Rashauna.Workman@usda.gov, 208-296-8375.
Additional Information
Refer to Exhibit H for Geographic Area Terms and Conditions, Exhibit I for Contractor Associations and Public Education Providers for training, and Exhibit L for a Geographic Area Map. The solicitation incorporates numerous FAR clauses by reference.