VIPR I-BPA for Vehicle with Driver for the East Zone 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) anticipates issuing a Request for Quotes (RFQ) for Vehicle with Driver Incident Blanket Purchase Agreements (I-BPAs) for use in East Zone Regions 3 and 8. These resources will support local, regional, and national fire suppression, all-hazard incidents, and prescribed project work. The solicitation will be issued under a Total Small Business set-aside through the Virtual Incident Procurement (VIPR) Next Gen System. Quotes are due by May 11, 2026, at 05:00 PM MST.
Scope of Work
Contractors will provide vehicles with drivers, including Sport Utility Vehicles, Passenger Vans, Pickups (Types 1, 2, 3), and Stakeside Trucks (Types 1, 2, 3). These resources must meet specific GVWR, bed length, and manufacturing year (post-1990) requirements. Contractors are responsible for all equipment, materials, supplies, transportation, lodging, and fully managed, supervised, trained, and certified personnel. Resources may be used by interagency cooperators (DOI, NPS, BIA, State agencies, etc.) under their respective payment and administrative terms.
Key Requirements
- Vehicles must be equipped with a secured spare tire, wheel wrench, jack, tie-downs, straps, and/or netting.
- Personal Protective Equipment (PPE) for personnel is required (boots, hard hat, gloves, eye/hearing protection).
- Minimum of one programmable radio per vehicle.
- Vehicles must meet specific tire requirements (tread depth, sound sidewalls).
- Fire extinguishers and vehicle identification are mandatory.
- Operators must possess a valid driver's license, proof of insurance, and have completed RT-130 Annual Fire Refresher.
- Operators must be able to lift up to 45 pounds and communicate fluently in English.
Contract Details
- Type: Multiple preseason Incident Blanket Purchase Agreements (I-BPAs).
- Duration: 5 years from the date of award.
- Set-Aside: Total Small Business.
- NAICS Code: 485999 (size standard $19,000,000.00).
- Payment will be made at rates in effect at the time of order issuance, reflecting up to a 16-hour daily shift.
Submission & Evaluation
- Quotes must be submitted electronically via the VIPR Next Gen Vendor Application.
- Vendors must maintain a valid email, a Unique Entity ID (UEI), an active SAM registration, and a Login.gov account.
- Evaluation will consider operational acceptability (PASS/FAIL), price reasonableness, and past performance dependability risk.
- A 5% advantage will be applied for each socioeconomic category checked (e.g., HUBZone, EDWOSB, 8(A)).
- Vendors are encouraged to select dispatch centers closest to their resources to ensure timely response and best value.
Important Notes
Annual open-season onboarding periods may be initiated by the USFS Fire and Aviation Management (F&AM) Regional Program Office Representatives. Awards are prohibited for Government employees and entities. Refer to Exhibits H, J, F, and D for detailed geographic terms, vehicle advantages, safety standards, and wage determinations.