VIPR I-BPA for Water Handling for Regions 3 and 8

SOL #: 1202SB25Q7002Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA-FS PPS INCIDENT PROCUREMENT
Boise, ID, 837055354, United States

Place of Performance

Place of performance not available

NAICS

Support Activities for Forestry (115310)

PSC

Forest/Range Fire Suppression/Presuppression Services (F003)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 4, 2025
2
Last Updated
Apr 1, 2026
3
Submission Deadline
Mar 10, 2025, 11:00 PM

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 for Water Handling services in Regions 3 and 8. This Multiple Award Incident Blanket Purchase Agreement (I-BPA) is a 100% Small Business Set-Aside to support local, regional, and national fire suppression and all-hazard incidents. Vendor quote responses are due no later than April 27, 2026, at 5:00 PM MDT.

Purpose & Scope

This solicitation aims to establish multiple I-BPAs for water handling equipment, including engines (Types 3, 4, 5, 6), support water tenders (Types 1, 2, 3), and tactical water tenders (Types 1, 2). These resources will be utilized for fire suppression, all-hazard incidents, and prescribed fire project work, including Burned Area Emergency Response (BAER) projects. The current amendment re-opens the original solicitation to conduct Onboarding in accordance with Exhibit H – Special Contract Requirements.

Key Requirements

  • Resource Categories: Engines (Types 3, 4, 5, 6), Support Water Tenders (Types 1, 2, 3), and Tactical Water Tenders (Types 1, 2).
  • Equipment Standards: All equipment must meet federal and state motor vehicle requirements, including backup alarms, and be maintained in good repair. Specifics include pump and roll capabilities, foam proportioner systems, and minimum tank capacities for engines and water tenders.
    • Administrative Correction: The rated pressure for Type 3 Wildland Engines is updated from "25 psi" to "250 psi". Hose size for engines is updated from "½” Hose" to "1 ½” Hose".
  • Personnel Qualifications: Personnel must meet minimum qualifications defined by the National Incident Management System (NIMS) Wildland Fire Qualification System Guide, including specific training and experience for roles like Firefighter Type 1 (FFT1), Engine Boss (ENGB), and Support Water Tender Operator. All personnel must communicate in English.
  • Work/Rest Guidelines: Contractors must adhere to NWCG Standards for Interagency Incident Business Management.

Contract Details

  • Contract Type: Multiple Award Incident Blanket Purchase Agreement (I-BPA).
  • Period of Performance: Agreements are valid for 4 years from the date of award, with annual reviews.
  • Set-Aside: 100% Small Business Set-Aside. Specific considerations for Women-Owned Small Business (WOSB) and other socioeconomic categories may provide a dispatch priority advantage.
  • NAICS: 115310 (Forestry and Logging) with a size standard of $34,000,000.00.

Submission & Evaluation

  • Submission Method: Quotes must be submitted through the “VIPR NextGen” application located at https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d.
  • Evaluation Factors: Quotes will be evaluated based on operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk. New quote submissions must meet all Acceptability Pass/Fail requirements.
  • Eligibility: Awards are prohibited to Government employees or entities owned/controlled by Government employees, and to Government Entities. Vendors must be registered in SAM.

Key Dates & Contact

  • Response Due: April 27, 2026, at 5:00 PM MDT.
  • Contact: Taylor Jones, taylor.jones@usda.gov, 303-928-0298.

Important Notes

This open season Onboarding period allows existing I-BPA awardees to revise rates, modify resources, or add new resources. New Offerors who meet all eligibility requirements may submit quotes for consideration. Any resulting new I-BPA awards will be identical in terms and conditions to the original agreements. After Onboarding and annual review, newly awarded contractors or resources will be eligible for dispatch.

People

Points of Contact

Files

Files

View
View

Versions

Version 5
Solicitation
Posted: Apr 1, 2026
View
Version 4
Solicitation
Posted: Mar 23, 2026
View
Version 3Viewing
Solicitation
Posted: Feb 26, 2025
Version 2
Solicitation
Posted: Feb 5, 2025
View
Version 1
Pre-Solicitation
Posted: Feb 4, 2025
View
Water Handling for Regions 3 and 8 | GovScope