Skip to content
Department of Agriculture

VIPR I-BPA for Fuel Tender for the West Zone (Regions 5 & 6)

Solicitation: 12569R26Q7024
Notice ID: 9b19527001144aa0962fffd5677d06c9
TypePresolicitationNAICS 324110PSCF003Set-Aside["SBA"]DepartmentDepartment of AgricultureAgencyForest ServiceStateIDPostedMar 16, 2026, 12:00 AM UTCDueMay 04, 2026, 02:00 AM UTCCloses in 49 days

Presolicitation from FOREST SERVICE • AGRICULTURE, DEPARTMENT OF. Place of performance: ID. Response deadline: May 04, 2026. Industry: NAICS 324110 • PSC F003.

Market snapshot

Awarded-market signal for NAICS 324110 (last 12 months), benchmarked to sector 32.

12-month awarded value
$309,748,884
Sector total $1,638,677,944 • Share 18.9%
Live
Median
$964,692
P10–P90
$964,692$964,692
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
18.9%
share
Momentum (last 3 vs prior 3 buckets)
+4289%($295,948,422)
Deal sizing
$964,692 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 • 837055354 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
ID20260103 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Idaho • Owyhee
Rate
BRICKLAYER
Base $35.53Fringe $19.85
Rate
POWER EQUIPMENT OPERATOR Forklift
Base $36.33Fringe $15.40
+14 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 14 more rate previews.
Davis-BaconBest fitstate match
ID20260103 (Rev 1)
Open WD
Published Jan 23, 2026Idaho • Owyhee
Rate
BRICKLAYER
Base $35.53Fringe $19.85
Rate
POWER EQUIPMENT OPERATOR Forklift
Base $36.33Fringe $15.40
Rate
Loader
Base $36.14Fringe $16.10
+13 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
ID20260108 (Rev 1)
Open WD
Published Jan 23, 2026Idaho • Ada
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

Point of Contact

Name
Craig Ericson
Email
craig.ericson@usda.gov
Phone
Not available

Agency & Office

Department
AGRICULTURE, DEPARTMENT OF
Agency
FOREST SERVICE
Subagency
USDA-FS PPS INCIDENT PROCUREMENT
Office
Not available
Contracting Office Address
Boise, ID
837055354 USA

More in NAICS 324110

Description

The U.S. Department of Agriculture (USDA), Forest Service (USFS) West Zone and Regions 5 and 6 anticipate issuing a Request for Quotes (RFQ) for Fuel Tender for use in Regions 5 and 6. 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

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.