Opportunity

SAM #1202SB26Q7006

USDA Forest Service Solicits Vehicle with Driver Services for Fire and Incident Response (Regions 3 & 8, Nationwide)

Buyer

USFS Incident Procurement and Logistics

Posted

April 02, 2026

Respond By

May 11, 2026

Identifier

1202SB26Q7006

NAICS

485999, 488999, 485310

The U.S. Forest Service is soliciting Blanket Purchase Agreements (BPAs) for Vehicle with Driver services to support fire suppression, all-hazard incidents, and prescribed fire project work across Regions 3 and 8 and nationwide. - Government Buyer: - U.S. Department of Agriculture (USDA), Forest Service (USFS) East Zone and Regions 3 and 8 - Managed by the USDA-FS PPS Incident Procurement office - OEMs and Vendors: - No specific OEMs or vehicle manufacturers are named in the solicitation - Products/Services Requested: - Vehicle with Driver services for various vehicle types: - Sport Utility Vehicles (SUVs): Minimum 5 passenger, 2WD/4WD - Passenger Vans: 7-9 passenger, 2WD/4WD - Pickup Trucks (Types 1-3): - Type 1: GVWR 8,501–19,500 lbs., 72–103 inch bed - Type 2: GVWR 6,001–8,500 lbs., 66–96 inch bed - Type 3: GVWR up to 6,000 lbs., 60–96 inch bed - Stakeside Trucks (Types 1-3): - Type 1: GVWR 14,001–26,000 lbs., dump/tilt box or lift gate - Type 2: GVWR 10,001–14,000 lbs., dump/tilt box or lift gate - Type 3: GVWR 6,000–10,000 lbs., dump/tilt box or lift gate - All vehicles must be provided with licensed drivers, proper PPE, and radios - Contractors must supply all equipment, materials, supplies, transportation, lodging, and fully managed, supervised, trained, and certified personnel - Unique or Notable Requirements: - Agreements are set aside for small businesses - Compliance with VIPR Next Gen System registration and active SAM registration is required - Electronic quote submission is mandatory - No guaranteed orders; dispatch priority is based on price and operational acceptability - Compliance with safety, insurance, and labor laws is mandatory - Agreements may be used by interagency cooperators (DOI, NPS, BIA, State agencies) - Rates must reflect up to a 16-hour daily shift - Dispatch centers selected based on proximity to resources for timely response - Annual reviews allow for price adjustments and onboarding of new contractors

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 Vehicle with Driver 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

  3. 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

  4. 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