Opportunity

SAM #12569R26Q7024

USFS Solicitation for Fuel Tender Services (Types 1-4) in Regions 5 & 6

Buyer

USFS Incident Procurement and Logistics

Posted

April 01, 2026

Respond By

May 11, 2026

Identifier

12569R26Q7024

NAICS

115310, 324110, 488999

The U.S. Forest Service is soliciting Blanket Purchase Agreements (I-BPAs) for Fuel Tender services to support wildland fire suppression and all-hazard incidents in Regions 5 and 6. - Government Buyer: - U.S. Department of Agriculture (USDA), Forest Service (USFS), West Zone, Regions 5 & 6 - Products/Services Requested: - Fuel Tender services (Types 1-4) - Type 1: 3501+ gallon capacity, fully registered commercial vehicle, diesel and unleaded dispensing - Type 2: 2501-3500 gallon capacity, fully registered commercial vehicle, diesel and unleaded dispensing - Type 3: 500-2500 gallon capacity, fully registered commercial vehicle, diesel and unleaded dispensing - Type 4: 600-999 gallon capacity, separate compartments for diesel, unleaded, ethanol-free gasoline, electric/PTO pumps, certified meters, no trailers, chassis under 26,000 lbs GVWR, compliant with CFR 49 section 393.67 and DOT laws - OEMs and Vendors: - No specific OEMs or vendors are named; contractors must supply compliant vehicles and equipment - Unique/Notable Requirements: - Contractors must provide fully managed, supervised, trained, and certified personnel - Vehicles must meet DOT, EPA, and state inspection standards - Agreements are set aside for small businesses - Dispatch priority considers price and socioeconomic status - No guaranteed orders; payment is based on actual use - Agreements valid year-round, with peak demand March-October - Use of VIPR Next Gen System for electronic submissions - Contractors must maintain valid UEI and active SAM registration - Places of Performance and Delivery: - Region 5 & Region 6 geographic areas - Contracting office: 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 Fuel Tender 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