Opportunity

SAM #12569R26Q7023

USFS Solicitation for Mechanic with Service Truck Services – West Zone Regions 5 & 6

Buyer

USFS Incident Procurement and Logistics

Posted

April 01, 2026

Respond By

May 12, 2026

Identifier

12569R26Q7023

NAICS

811111, 811112

The U.S. Forest Service is seeking small business contractors to provide Mechanic with Service Truck services for fire suppression, all-hazard incidents, and prescribed fire projects in West Zone Regions 5 and 6. - Government Buyer: - U.S. Department of Agriculture (USDA), Forest Service (USFS) West Zone, Regions 5 and 6 - Procurement managed by USDA-FS PPS Incident Procurement office - Products/Services Requested: - Mechanic with Service Truck services for both auto/truck and heavy equipment - Includes inspection, diagnostic, and repair services for automotive, light/heavy trucks, and heavy construction/logging equipment - Contractors must provide all equipment, consumables, PPE, transportation, lodging, and certified/licensed personnel - Personnel must be trained, supervised, and certified (ASE certification and experience preferred) - Service trucks must be fully equipped for field repairs - Notable Requirements: - Small business set aside - Compliance with VIPR Next Gen System procedures - Active SAM registration and valid Unique Entity ID (UEI) required - Electronic quote submission only - Rates must cover up to a 16-hour daily shift and include all pricing elements - Agreements may be used by interagency partners (DOI, NPS, BIA, State agencies) - No guaranteed orders; payment is per incident assignment - Dispatch centers will determine resource deployment based on price and qualifications - Annual reviews allow for price adjustments and onboarding of new contractors - OEMs/Vendors: - No specific OEMs or vendors are named in the solicitation - Place of Performance: - Services may be required locally, regionally, or nationwide, with highest demand March to October - Contracting office located at EQUIPMENT AND SERVICES BRANCH – WEST, Boise, ID

Description

The U.S. Department of Agriculture (USDA), Forest Service (USFS) West Zone and Regions 5 and 6 anticipate issuing a Request for Quotes (RFQ) for West Zone Mechanic with Service Truck for use in Regions 5 and 6. 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