Opportunity

SAM #12024B26Q7004

USFS Solicitation for Rapid Extraction Module Support (REMS) Services Nationwide

Buyer

USDA Forest Service

Posted

March 31, 2026

Respond By

May 05, 2026

Identifier

12024B26Q7004

NAICS

621910, 115310, 922160

The U.S. Forest Service is soliciting Blanket Purchase Agreements (I-BPAs) for Rapid Extraction Module Support (REMS) services to support fire suppression, all-hazard incidents, and prescribed fire projects nationwide. - Government Buyer: - U.S. Department of Agriculture (USDA), Forest Service (USFS) - Managed by the National Interagency Fire Center, Boise, Idaho - Products/Services Requested: - Rapid Extraction Module Support (REMS) services, including Types I, II, and III - Type I: Four personnel (one FFT1, others minimum FFT2), Advanced Life Support (ALS) only, 4x4 vehicle, off-highway vehicle (OHV) with rollover protection (ROPS), vehicle extrication equipment, certified rope rescue technicians - Type II: Four personnel (one FFT1, others minimum FFT2), ALS or Basic Life Support (BLS), 4x4 vehicle, OHV with ROPS, certified rope rescue technicians - Type III: Two personnel (one FFT1, one minimum FFT2), ALS or BLS, 4x4 vehicle, OHV with ROPS, certified rope rescue technicians - All REMS types require provision of equipment, materials, supplies, transportation, lodging, supervision, and management - Unique/Notable Requirements: - Personnel must have specific medical and rope rescue certifications - Equipment must include off-road vehicles with safety features and extrication tools - Compliance with federal/state laws, work/rest guidelines, and safety standards is mandatory - No guaranteed orders; agreements are for 3 years with annual reviews and potential on-ramping of new contractors - High demand expected April–October, but services may be required year-round - Set aside for small businesses; multiple agreements anticipated - Vendors must use the VIPR Next Gen system and maintain active SAM registration - No specific OEMs or vendors are named in the solicitation - Agreements may be used by interagency cooperators (DOI, NPS, BIA, State agencies)

Description

VIPR 2026 Synopsis Information The U.S. Department of Agriculture (USDA), Forest Service (USFS) National Zone anticipate issuing a Request for Quotes (RFQ) for Rapid Extraction Module Support - REMS for use in all regions. Resources awarded under this solicitation may be used for local, regional, and national fire suppression, all hazard incidents, and RX prescribed project work. Section D.2 of the solicitation will outline all equipment and personnel requirements. Contractors will be responsible for providing all equipment, materials, supplies, transportation, lodging, and fully managed, supervised, trained, and certified personnel necessary to meet or exceed agreement specifications. Resources may be used for the protection of lands, including severity, fire suppression, all hazard response, and prescribed project work. Optional use of awarded agreements by interagency cooperators (DOI, NPS, BIA, State agencies, etc.) is permitted but subject to each agency’s payment and administrative terms. Each year, the USFS Fire and Aviation Management (F&AM) Regional Program Office Representatives will determine whether it is in the Government’s best interest to initiate an open season onboarding period to add additional contractors and/or resources during the annual Contracting Officer (CO) review, as described in Section C.3.1 of the solicitation. Rates: Proposed rates must reflect up to a 16 hour daily shift and include all pricing elements identified in Section B.2, Pricing and Estimated Quantity. Per Section D.21.8.1, Rates of Payments, payment will be made at the rates in effect at the time of order issuance. Dispatch Centers: Agreements will be competitively awarded within the advertised and available regional dispatch centers. Vendors are strongly encouraged to select the dispatch center closest to the physical location of their resources to ensure timely response to incident needs and to provide best value to the Government regarding travel costs for potential dispatches/BPA Calls. Because wildland fire locations cannot be predicted at the time of award, selecting a host dispatch center or zone far from the resource’s actual location may reduce dispatch opportunities and hinder the Government’s ability to meet critical response timelines. Dispatch center information is available at: https://www.nifc.gov/nicc/ Set Asides: The Government anticipates awarding multiple preseason Incident Blanket Purchase Agreements (I BPAs) under a total Small Business set aside, with additional consideration applied per Section B.6, Socioeconomic Status Advantage Applicable to DPL Ranking. *The solicitation will be issued using the Virtual Incident Procurement (VIPR) Next Gen System* The solicitation will be issued through the Virtual Incident Procurement (VIPR) Next Gen System. Vendors must meet the following requirements: 1. Maintain a valid email address for all VIPR communications, including rate negotiations, technical evaluations, photo uploads, and award notifications. 2. Possess a valid Unique Entity ID (UEI), obtainable at no cost through the System for Award Management (SAM): https://sam.gov/content/entity-registration 3. Maintain an active SAM registration: https://sam.gov/content/entity-registration 4. Have a Login.gov account to conduct official electronic business transactions and to create a VIPR Next Gen account. Information: https://www.eauth.usda.gov/eauth/b/usda/faq?gid=PublicCustomer&qid=PublicCustomerComingSoonFaqItemId12 5. Submit quotes electronically using the VIPR Next Gen Vendor Application: https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d

View original listing