Skip to content
Department of Agriculture

Mobile Laundry Unit for Region 13 - National

Solicitation: 12024B23Q7003
Notice ID: 50e1794545d1473e9f6dce355b1e86bb
TypeSolicitationNAICS 812320PSCF003Set-Aside["SBA"]DepartmentDepartment of AgricultureAgencyForest ServiceStateIDPostedMar 19, 2026, 12:00 AM UTCDueApr 20, 2026, 05:00 AM UTCCloses in 11 days

Solicitation from FOREST SERVICE • AGRICULTURE, DEPARTMENT OF. Place of performance: ID. Response deadline: Apr 20, 2026. Industry: NAICS 812320 • PSC F003.

Market snapshot

Awarded-market signal for NAICS 812320 (last 12 months), benchmarked to sector 81.

12-month awarded value
$914,187
Sector total $372,650,811 • Share 0.2%
Live
Median
$68,236
P10–P90
$13,647$105,928
Volatility
Volatile135%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+100%($914,187)
Deal sizing
$68,236 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for ID
Live POP
Place of performance
Not listed
State: ID
Contracting office
Boise, ID • 83705 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
ID20260097 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Idaho • Nez Perce
Rate
POWER EQUIPMENT OPERATOR: Bulldozer GROUP 6
Base $40.05Fringe $23.40
Rate
LABORER: Pipelayer
Base $28.48Fringe $13.00
+29 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 29 more rate previews.
Davis-BaconBest fitstate match
ID20260097 (Rev 1)
Open WD
Published Jan 23, 2026Idaho • Nez Perce
Rate
POWER EQUIPMENT OPERATOR: Bulldozer GROUP 6
Base $40.05Fringe $23.40
Rate
LABORER: Pipelayer
Base $28.48Fringe $13.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $40.89Fringe $18.64
+28 more occupation rates in this WD
Davis-Baconstate match
ID20260110 (Rev 1)
Open WD
Published Jan 23, 2026Idaho • Boise, Canyon, Gem +1
Rate
LINE CONSTRUCTION (Lineman)
Base $51.02Fringe $17.93
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $36.98Fringe $20.50
Rate
POWER EQUIPMENT OPERATOR (Backhoe/Excavator/Trackhoe)
Base $36.14Fringe $16.10
+5 more occupation rates in this WD
Davis-Baconstate match
ID20260109 (Rev 1)
Open WD
Published Jan 23, 2026Idaho • Bannock, Franklin
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $36.98Fringe $20.50
Rate
POWER EQUIPMENT OPERATOR (Backhoe/Excavator/Trackhoe)
Base $36.14Fringe $16.10
Rate
IRONWORKER
Base $43.40Fringe $30.27
+3 more occupation rates in this WD
Davis-Baconstate match
ID20260111 (Rev 1)
Open WD
Published Jan 23, 2026Idaho • Bonneville, Butte, Jefferson
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $36.98Fringe $20.50
Rate
POWER EQUIPMENT OPERATOR (Backhoe/Excavator/Trackhoe)
Base $36.14Fringe $16.10
Rate
IRONWORKER
Base $43.40Fringe $30.27
+3 more occupation rates in this WD

Point of Contact

Name
Jennifer Travis
Email
jennifer.travis@usda.gov
Phone
9703737170

Agency & Office

Department
AGRICULTURE, DEPARTMENT OF
Agency
FOREST SERVICE
Subagency
USDA FOREST SERVICE
Office
Not available
Contracting Office Address
Boise, ID
83705 USA

More in NAICS 812320

Description

The Department of Agriculture (USDA), US Forest Service (USFS), National Zone (Regions 2, 3, 4, 5 and 6), anticipates soliciting quotes (RFQ) for Mobile Laundry Units (Type 1 and Type 2) for use during local, regional, and nationwide fire suppression and all-hazard incidents. Section D.2 within the solicitation will contain equipment details. The Contractor is responsible for all equipment, materials, supplies, transportation, lodging, trained/certified personnel, and supervision and management of those personnel, necessary to meet or exceed the Agreement specifications. Optional awarded agreement use by Interagency Cooperators (subject to that agency's payment and administrative terms). The resources may be used in the protection of lands, to include but not be limited to, severity, fire suppression, and all-hazard incidents. The USFS Equipment & Services Contracting Branch (ESB) in tandem with Regional Program Office Representatives will determine annually whether it is in the Government's best interest to initiate an open season on-ramping process to add additional Contractors and/or resources during the annual Contracting Officer (CO) review period noted in Section C.3.1 of the solicitation. RATES: Proposed rates should be based on up to a 16hr. Daily Shift and include all within B.2 -- PRICING AND ESTIMATED QUANTITY. Note: D.21.8.1 -- Rates of Payments. Payment will be at the rates specified in the agreement that is in effect at the time of the order. DISPATCH CENTER: Agreements will be competitively awarded within the Regional dispatch centers. Agreement intent and Government guidance is for Quoters to select the available dispatch center closest to their resource location in order to reasonably meet the Government's (Host Agency's) date and time needed for emergency incident support, as well as offer best value to the Government for travel costs for each potential dispatch/BPA Call. Since wildland fire support and locations are unknown at time of award, selection of a host dispatch center/zone outside of where the resources reside may result in loss of opportunity and failure to meet Government's critical and timely need at time of incident. Map link: https://www.nifc.gov/nicc/ SET-ASIDES: The agreement will be competitively awarded. The Government anticipates awarding multiple preseason Incident Blanket Purchase Agreements (I-BPAs) using a total Small Business set aside with further consideration per Section B.6 -- SOCIOECONOMIC STATUS ADVANTAGE APPLICABLE TO DPL RANKING. ****The solicitation will be issued using the Virtual Incident Procurement (VIPR) system**** 1) Vendors must have a valid e-mail address; all VIPR communications, to include rate negotiations, technical evaluations/photo uploads, and award notifications, are conducted via e-mail. 2) Vendors must have a valid UEI (Unique Entity ID) Number. Request a free UEI Number from the System for Award Management (SAM): https://sam.gov/content/entity-registration 3) Vendors must have active registration in the System for Award Management (SAM): https://sam.gov/content/entity-registration 4) Vendors are required to have a USDA Level 2 eAuthentication account that provides the ability to conduct official electronic business transactions. WILL NEED THIS TO CREATE A VIPR ACCOUNT. Information: https://www.eauth.usda.gov/eauth/b/usda/registration 5) Vendors must submit a quote electronically using the VIPR Vendor Application: https://www.fs.usda.gov/business/incident/vendorapp.php?tab=tab_d

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.