Water Handling for East Zone Regions 1, 2, 4, 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 1202SB25Q7003 for an open season Onboarding period for Water Handling services in East Zone Regions 1, 2, 4, and 9. This opportunity supports local, regional, and national fire suppression and all-hazard incidents. This is an amendment to an existing Multiple Award Incident Blanket Purchase Agreement (I BPA), designated as a 100% Small Business Set-Aside. New vendors can submit quotes, and existing awardees can revise resources. Responses are due April 27, 2026, at 5:00 PM MDT.
Scope of Work
This requirement is for the provision of water handling equipment, including engines (Type 3, 4, 5, 6), support water tenders, and tactical water tenders. All resources must meet specific equipment standards, such as backup alarms, hose lengths, pump performance, and personal protective equipment (PPE). Personnel must meet minimum qualification requirements as defined by the National Incident Management System (NIMS) Wildland Fire Qualification System Guide (PMS 310-1), covering roles like FFT1, ENGB, Support Water Tender Operators, and Engine Crews.
Contract Details
This solicitation will result in Multiple Award Incident Blanket Purchase Agreements (I-BPAs). The Onboarding period is not a new procurement but an amendment to the original solicitation, meaning any new I-BPA awards will be identical in terms, conditions, and period of performance to the original agreements. The agreement period is for 4 years from the original award date, with annual review modifications. Individual orders are limited by the Simplified Acquisition Threshold (SAT), and no orders or payments are guaranteed.
Submission & Evaluation
Quotes must be submitted electronically through the Virtual Incident Procurement (VIPR) Next Gen System (https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d). Submissions will be evaluated based on operational acceptability, price reasonableness, and past performance dependability risk. A 5% advantage will be applied for each socioeconomic category checked in Block 10 of the SF-1449 (up to a 10% cap). Technical quotes require specific pictures and documentation. Offerors must be registered and have updated information in the System for Award Management (SAM).
Eligibility & Set-Aside
This acquisition is a 100% Small Business Set-Aside.
- NAICS Code: 115310
- Size Standard: $34,000,000.00
Key Dates
- Response Due Date: April 27, 2026, at 5:00 PM MDT.
Contact Information
For inquiries, contact Taylor Jones at taylor.jones@usda.gov or 303-928-0298.