Opportunity

SAM #1202SB26Q7008

USDA Forest Service Seeks Vehicles with Drivers for Fire and Incident Response (VIPR I-BPA)

Buyer

USFS Incident Procurement and Logistics

Posted

April 01, 2026

Respond By

May 11, 2026

Identifier

1202SB26Q7008

NAICS

485999, 485310

The USDA Forest Service is seeking to establish Blanket Purchase Agreements (I-BPAs) for vehicles with drivers to support fire suppression, all-hazard incidents, and prescribed fire project work across Regions 1 and 4, with potential nationwide use. - Government Buyer: - U.S. Department of Agriculture (USDA), Forest Service (USFS) East Zone and Regions 1 and 4 - Managed by the USDA-FS PPS Incident Procurement office - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Products/Services Requested: - Vehicles with drivers, including: - Sport Utility Vehicles (SUVs) with driver (minimum 5 passenger, 2WD/4WD) - Passenger Vans with driver (7-9 passenger, 2WD/4WD) - Pickup Trucks Types 1-3 with driver (various GVWR and bed lengths) - Stakeside Trucks Types 1-3 with driver (various GVWR, with/without dump/tilt box or lift gate) - All vehicles must be provided with licensed drivers, proper PPE, and meet equipment standards - Contractors must supply all equipment, materials, supplies, transportation, lodging, and fully managed, supervised, trained, and certified personnel - Unique or Notable Requirements: - Small business set aside - Compliance with VIPR Next Gen System procedures - Active SAM registration required - Electronic quote submission - No guaranteed orders; dispatch priority based on price and operational acceptability - Socioeconomic advantages for small businesses - Vehicles and drivers must comply with safety, PPE, and work/rest guidelines - Optional use by interagency cooperators (DOI, NPS, BIA, state agencies) - Period of Performance: - 5-year agreement with annual reviews and potential on-ramping - Orders may occur year-round, with peak demand March to September - Place of Performance: - Nationwide, with contracting office in Boise, ID

Description

The U.S. Department of Agriculture (USDA), Forest Service (USFS) East Zone and Regions 1 and 4 anticipate issuing a Request for Quotes (RFQ) for East Zone Vehicle with Driver for use in Regions 1 and 4. 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