Opportunity
SAM #1202SB26Q7009
USDA Forest Service Seeks Mechanics with Service Trucks for Fire and Incident Support (East Zone & Nationwide)
Buyer
USFS Incident Procurement and Logistics
Posted
April 01, 2026
Respond By
May 11, 2026
Identifier
1202SB26Q7009
NAICS
811310, 811111, 811112
The USDA Forest Service is seeking Blanket Purchase Agreements for Mechanics with Service Trucks to support fire suppression, all-hazard incidents, and prescribed fire projects across Regions 1, 2, and 4 (East Zone), with potential for local, regional, and nationwide deployment. - Government Buyer: - U.S. Department of Agriculture (USDA), Forest Service (USFS), Equipment & Services Branch (ESB) East Zone - Managed by USDA-FS PPS Incident Procurement office - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Products/Services Requested: - Heavy Equipment Mechanic with Service Truck - Licensed mechanics with service trucks equipped for field repairs on heavy construction/logging equipment - Trucks must include diagnostic tools, welding equipment, and consumables - Auto/Truck Mechanic with Service Truck - Licensed mechanics with service trucks for field repairs on light and heavy trucks - Trucks must include diagnostic tools, welding equipment, and consumables - All services include providing equipment, materials, supplies, transportation, lodging, and fully managed, supervised, trained, and certified personnel - Unique or Notable Requirements: - Contractors must meet detailed equipment and PPE requirements as outlined in Section D.2 - Personnel must be licensed and certified - Services are for fire suppression, all-hazard incidents, and prescribed project work - Agreements have no guaranteed orders or payments; dispatch priority is based on price, operational acceptability, and past performance - May be used by interagency cooperators (DOI, NPS, BIA, State agencies) - Vendors must maintain active SAM registration, a valid UEI, and a Login.gov account - Period of performance is 5 years with annual reviews and potential on-ramping of additional contractors
Description
The U.S. Department of Agriculture (USDA), Forest Service (USFS), ESB (Equipment & Services Branch) East Zone for Regions 1, 2, and 4 ONLY anticipate issuing a Request for Quotes (RFQ) for Mechanic with Service Truck for use in Regions 1, 2, and 4 ONLY. 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