VIPR I-BPA for Weed Washing Unit for Regions 3, 5, and 6
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 12569R25Q7002 for an open season Onboarding period for Weed Washing Units for Regions 3, 5, and 6. This is a 100% Small Business Set-Aside for Multiple Award Incident Blanket Purchase Agreements (I-BPAs) to support local, regional, and national fire suppression and all-hazard incidents. Vendor quote responses are due no later than April 23, 2026, at 17:00 PST.
Purpose & Scope
This opportunity seeks to establish Blanket Purchase Agreements (BPAs) for Weed Washing Units. The services are crucial for wildland fire suppression, all-hazard incidents, and prescribed fire project work across Regions 3, 5, and 6, with potential for nationwide deployment. This amendment re-opens the original solicitation to conduct an Onboarding period, allowing both new Offerors and existing I-BPA awardees to submit or update quotes.
Key Requirements
Contractors must provide Weed Wash Containment Station Equipment (high pressure/low volume or high volume systems) that are self-contained with recycling water systems. Services include thorough washing of vehicles and equipment to remove soil, mud, plant parts, and seeds from all surfaces. Contractors are responsible for providing all personnel, licensed equipment, materials, supplies, transportation, lodging, and supervision, ensuring compliance with all applicable state and federal laws, OSHA regulations, and Noxious Weed Control/Aquatic and Invasive Species (AIS) Prevention measures. Use of biobased products is required where reasonably available.
Contract Details
This will result in Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) Blanket Purchase Agreements (BPAs). The period of performance is four (4) years from the date of award, with annual review modifications. The estimated total potential value is $34,000,000.00. Orders are not guaranteed and are issued based on Government need, with a dollar limitation for any individual order at the Simplified Acquisition Threshold (SAT).
Set-Aside & Eligibility
This acquisition is a 100% Small Business Set-Aside. Socioeconomic status advantages, including HUBZone, Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and 8(a), will be applied to dispatch priority ranking. New Offerors must meet all eligibility requirements and proposed resources must meet criteria established in the original solicitation.
Submission & Evaluation
Quotes must be submitted through the VIPR NextGen application (https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d). The deadline for submissions is April 23, 2026, at 17:00 PST. Evaluation factors include operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk. Offerors must be registered in the System for Award Management (SAM) and complete online Representations and Certifications. Vendors must use Login.gov to access the VIPR NextGen system.
Additional Notes
This Onboarding period is conducted under the terms of the original solicitation and is not a new procurement action. Any new I-BPA awards will be identical in terms and conditions to the original agreements. A pre-quote meeting may be held virtually (TBD).