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) is re-opening Solicitation 12569R25Q7002 for an open season Onboarding period for Weed Washing Units to support fire suppression and all-hazard incidents in Regions 3, 5, and 6. This is a 100% Small Business Set-Aside Multiple Award Incident Blanket Purchase Agreement (I BPA). Vendor quote responses are due by April 23, 2026, at 17:00 PST.
Purpose & Scope
This opportunity seeks to establish Blanket Purchase Agreements (BPAs) for Weed Washing Units to be used for local, regional, and national fire suppression, all-hazard incidents, and prescribed fire project work. Key requirements include:
- Weed Wash Containment Station Equipment (high pressure/low volume or low pressure/high volume systems).
- Self-contained units with recycling water systems.
- Provision of all personnel licenses, licensed equipment, materials, supplies, transportation, lodging, personnel, and supervision.
- Thorough washing of vehicles and equipment to remove soil, mud, plant parts, and seeds.
- Compliance with all applicable OSHA regulations and Noxious Weed Control/Aquatic and Invasive Species (AIS) Prevention measures.
Contract Details
- Type: Multiple Award Incident Blanket Purchase Agreement (I BPA)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Period of Performance: Five (5) years from the original award date, with annual review modifications.
- Individual Order Limit: Simplified Acquisition Threshold (SAT).
- Onboarding Process: This re-opening allows new Offerors who meet eligibility requirements to submit quotes and existing I BPA awardees to revise rates, modify resources, or add new resources. It is not a new procurement action, and new awards will be identical to original agreements in terms and conditions.
Submission & Evaluation
- Submission Method: Vendors must submit responses through the VIPR NextGen application at
https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d. - Evaluation Factors: Operational acceptability of equipment/resource, Price reasonableness, and Past performance dependability risk. These factors remain consistent with the original solicitation.
- Eligibility: Offerors must be registered in SAM and complete online Representations and Certifications.
Key Dates
- Response Due: April 23, 2026, at 17:00 PST
- Published Date: March 20, 2026
Contact Information
- Primary Contact: Rashauna Workman (Rashauna.Workman@usda.gov, 208-296-8375)