Opportunity
SAM #1202SB26Q7010
US Forest Service Blanket Purchase Agreements for Fuel Tender Services (Types 1-4) Nationwide
Buyer
USFS Incident Procurement and Logistics
Posted
April 02, 2026
Respond By
May 11, 2026
Identifier
1202SB26Q7010
NAICS
324110, 115310
The U.S. Forest Service is seeking Blanket Purchase Agreements for Fuel Tender services to support wildland fire suppression, all-hazard incidents, and prescribed fire projects across the East Zone (Regions 3 and 8) and nationwide. - Government Buyer: - U.S. Department of Agriculture (USDA), Forest Service (USFS) East Zone and Regions 3 and 8 - Equipment and Services Branch - East, Boise, Idaho - Products/Services Requested: - Fuel Tender services (Types 1-4) - Type 1: 3501+ gallon capacity, commercial vehicle registration, qualified operator, diesel/unleaded fuel, annual meter inspection, spill containment, safety items, DOT/EPA compliance - Type 2: 2501-3500 gallon capacity, same requirements as Type 1 - Type 3: 500-2500 gallon capacity, same requirements as Type 1 - Type 4: 600-999 gallon capacity, separate compartments for diesel/unleaded/ethanol-free gasoline, electric/PTO pumps, certified meters, no trailers, chassis <26,000 lbs GVWR, no DEF dispensed, spike camp/prescribed fire design - Fuel Tender Operator Services: Qualified, licensed operators per shift, compliance with work/rest guidelines - Unique/Notable Requirements: - Contractors must provide all equipment, materials, supplies, transportation, lodging, and certified personnel - Compliance with DOT and EPA regulations, annual state meter certification, spill containment, and safety standards - Vendors must maintain active SAM registration, Unique Entity ID (UEI), and Login.gov account - Agreements may be used by interagency cooperators (DOI, NPS, BIA, State agencies) - Payment based on daily rates, up to 16-hour shifts, with provisions for severity incidents and prescribed fire work - Annual reviews for price adjustments and contractor onboarding; peak demand March-September - Set aside for small businesses with socioeconomic considerations for DPL ranking - Place of Performance: - Nationwide coverage, with dispatch centers used for competitive award - Contracting office located in Boise, Idaho
Description
The U.S. Department of Agriculture (USDA), Forest Service (USFS) East Zone and Regions 3 and 8 anticipate issuing a Request for Quotes (RFQ) for East Zone Fuel Tenders for use in Regions 3 and 8. 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