VIPR I-BPA Weed Washing Units for East Zone (Region 1, 2 and 4)

SOL #: 1202SB25Q7004Solicitation

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 5, 2025
2
Last Updated
Mar 20, 2026
3
Submission Deadline
Apr 23, 2026, 10:30 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 1202SB25Q7004 for an open season Onboarding period for VIPR I-BPA Weed Washing Units for the East Zone (Region 1, 2 and 4). This Total Small Business Set-Aside opportunity supports local, regional, and national fire suppression and all-hazard incidents. Both existing I-BPA awardees and new offerors can submit quotes. Responses are due by April 23, 2026, at 16:30 MST.

Scope of Work

This requirement is for "Weed Washing Units" to thoroughly wash vehicles and equipment, removing soil, mud, plant parts, and seeds from all surfaces, including undercarriage and wheels, without causing damage.

  • Equipment: High-pressure, low-volume wash systems (over 1000 psi) are required, potentially supplemented by high-volume systems (at least 10 GPM). Systems must be self-contained, recycle water, and filter to 100 microns or less, or use a clean water final rinse.
  • Services: Comprehensive cleaning to prevent recontamination.
  • Personnel: Contractors must provide at least two skilled operators knowledgeable in safe operation, maintenance, and repair of the wash system, present at all times during operations.
  • Waste Management: Solid waste must be captured, packaged, and labeled; wastewater contained.

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, subject to annual reviews.
  • Individual Order Limit: Simplified Acquisition Threshold (SAT).
  • NAICS Code: 115310 with a size standard of $34,000,000.00.

Submission & Evaluation

Quotes must be submitted through the VIPR NextGen application (https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d). Evaluation will be based on operational acceptability, price reasonableness, and past performance dependability risk. A technical evaluation will be conducted, and offers must meet minimum requirements. New I-BPA awards will be identical in terms and conditions to the original agreements.

Eligibility & Notes

This is a 100% Small Business Set-Aside. Vendors must be registered and maintain active status in SAM.gov and have access to the VIPR Next Gen Vendor Application. Socioeconomic statuses (HUBZone, SDVOSB, 8(A), WOSB) may influence Dispatch Priority List (DPL) ranking. The open season Onboarding runs concurrently with the annual I-BPA "Rollover" modification process.

People

Points of Contact

Melissa MaestasPRIMARY

Files

Files

View
View

Versions

Version 6
Solicitation
Posted: Mar 20, 2026
View
Version 5Viewing
Solicitation
Posted: Mar 20, 2026
Version 4
Solicitation
Posted: Mar 20, 2026
View
Version 3
Solicitation
Posted: Mar 21, 2025
View
Version 2
Solicitation
Posted: Feb 20, 2025
View
Version 1
Pre-Solicitation
Posted: Feb 5, 2025
View