Water Handling for Regions 3 and 8
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) has re-opened Solicitation 1202SB25Q7002 for an "open season Onboarding" period to establish Multiple Award Incident Blanket Purchase Agreements (I-BPAs) for Water Handling Services in Regions 3 and 8 (East Zone). This opportunity supports local, regional, and national fire suppression and all-hazard incidents. Quotes are due by April 27, 2026, at 5:00 PM MDT.
Purpose & Context
This amendment re-opens the original solicitation to allow new Offerors to submit quotes and existing I-BPA awardees to revise rates, modify resources, or add new resources. This "Onboarding" process is not a new procurement but operates under the terms and conditions of the original solicitation, including evaluation factors and the period of performance. It runs concurrently with the USFS's annual I-BPA review, known as the "Rollover" modification process.
Scope of Work & Requirements
The USFS seeks water handling equipment, specifically Engines (Types 3, 4, 5, 6), Support Water Tenders (Types 1, 2, 3), and Tactical Water Tenders (Types 1, 2). All proposed resources must meet the criteria established in the original solicitation. Key requirements include:
- Equipment Standards: Federal and state motor vehicle compliance, backup alarms, good repair. Engines require pump and roll capabilities, foam proportioners, and minimum tank capacities. Water tenders need specific discharge outlets and minimum tank capacities; tactical water tenders also require foam proportioners.
- Personnel Qualifications: Adherence to NIMS Wildland Fire Qualification System Guide, including specific training and experience for roles like Firefighter Type 1 (FFT1) and Engine Boss (ENGB). All personnel must communicate in English.
- Operational Guidelines: Contractors must follow NWCG Standards for Interagency Incident Business Management regarding work/rest ratios and assignment lengths.
Contract Details
- Contract Type: Multiple Award Incident Blanket Purchase Agreements (I-BPAs).
- Period of Performance: Agreements are valid for 4 years from the original award date, subject to annual reviews.
- Set-Aside: This is a 100% Small Business Set-Aside. Specific considerations for Women-Owned Small Business (WOSB) and other socioeconomic categories may offer dispatch priority.
- NAICS: 115310 (Forestry and Logging) with a size standard of $34,000,000.
Submission & Evaluation
- Submission Method: Quotes must be submitted electronically through the "VIPR NextGen" application at
https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d. - Evaluation Factors: New quote submissions will be evaluated based on operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk, using the same factors as the original solicitation.
- Eligibility: Offerors must meet all Acceptability Pass/Fail requirements. Awards are prohibited to Government employees or entities owned/controlled by Government employees. Vendors must be registered in SAM.
Key Dates & Contact
- Quote Response Due: April 27, 2026, at 5:00 PM MDT.
- Published Date: March 23, 2026.
- Primary Contact: Taylor Jones, taylor.jones@usda.gov, 303-928-0298.