HEAVY EQUIP RENTAL - MCCOY FLATS CAMPGROUND
ID: 140L5725Q0042Type: Combined Synopsis/Solicitation
AwardedJul 18, 2025
$54.9K$54,928
AwardeeMONMOUTH SOLUTIONS, INC 93 BUTMAN RD Lowell MA 01852 USA
Award #:140L5725P0045
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTUTAH STATE OFFICESALT LAKE CITY, UT, 84101, USA

NAICS

Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing (532412)

PSC

LEASE OR RENTAL OF EQUIPMENT- CONSTRUCTION, MINING, EXCAVATING, AND HIGHWAY MAINTENANCE EQUIPMENT (W038)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Bureau of Land Management (BLM) is seeking bids for the rental of heavy construction equipment to support the McCoy Flats Campground project in Vernal, Utah. The procurement includes a wheel loader, a smooth drum vibratory roller, and a water truck, with a primary rental period of 90 days starting around July 11, 2025, and options for 30-day extensions. This initiative underscores the BLM's commitment to efficient project execution and compliance with federal regulations while engaging small businesses, as the solicitation is set aside for total small business participation under NAICS code 532412. Interested contractors must submit their quotes by July 8, 2025, and can direct inquiries to Daniel Walker at dlwalker@blm.gov or by phone at 801-539-4219.

    Point(s) of Contact
    Walker, Daniel
    (801) 539-4219
    (435) 781-4499
    dlwalker@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) Green River District is seeking bids for the rental of construction equipment for the McCoy Flats Campground project in Vernal, Utah. The project requires a 90-day rental period starting around July 11, 2025, with the possibility of extending each piece of equipment for an additional 30 days. The equipment includes a wheel loader, smooth drum vibratory roller, and water truck, each to be delivered to a specified GPS location. Bidders must separate base and optional rental rates, quote expected delivery, and ensure equipment is operational and not older than five years. The BLM will manage daily equipment maintenance and operations, while the contractor will be responsible for routine service and maintenance, coordinating downtime and repairs with the BLM's contracting officer representative (COR). The document emphasizes compliance with operational standards, including specified features for each equipment type and tracking usage during the rental period. Overall, this Request for Proposal (RFP) reflects the BLM's commitment to efficient equipment management and project execution within regulatory frameworks.
    The document outlines Amendment 1 to solicitation 140L5725Q0042 for McCoy Heavy Equipment Rental. The amendment serves multiple purposes: it addresses questions raised by contractors, mandates the submission of equipment specification sheets to ensure compliance with the Statement of Need, and alters the delivery location from Vernal Field Office in Utah to new geographic coordinates. Contractors must revise their quotes to reflect this new delivery site and include any delivery or pickup charges in the total cost. Additionally, all amendments must be acknowledged via the signed Standard Form 30 along with the updated quotations, while the deadline for submission remains unchanged. This amendment is part of the government’s procurement process, ensuring that all bids meet the specified requirements and modifying contract conditions as necessary.
    The Bureau of Land Management (BLM) is issuing a Request for Proposal (RFP) for the rental of construction equipment to support the McCoy Flats Campground project near Vernal, Utah. The required equipment includes a wheel loader, a smooth drum vibratory roller, and a water truck, each available for a three-month rental period starting around July 11, 2025, with options to extend rentals for an additional thirty days. The solicitation is open to small businesses under NAICS code 532412. Quotes are due by July 8, 2025, and must include pertinent details such as the equipment's make and model, UEI number, and any additional costs. The evaluation will follow a Lowest Price, Technically Acceptable method, focusing on compliance with technical and safety standards. The contractor will be responsible for maintenance beyond daily checks performed by BLM personnel. This acquisition demonstrates the government’s commitment to supporting local projects while engaging small businesses and ensuring compliance with federal regulations and contract conditions. The process emphasizes transparency and the importance of following established guidelines for submission and proposal evaluation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    Z--WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality through the installation of a comprehensive water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the design and installation of various ion exchange systems, pressure tanks, and necessary modifications to the existing pump room. With an estimated project cost between $25,000 and $100,000, this total small business set-aside opportunity emphasizes compliance with federal acquisition regulations and includes key deadlines such as a site visit on January 7, 2026, and a quote submission deadline of January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and ensure all required documentation is submitted by the specified deadlines.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    Single Drum Roller
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Single Drum Roller, as outlined in a Combined Synopsis/Solicitation notice. This equipment is essential for construction and material handling operations, particularly in military settings, and falls under the NAICS code 333120 for Construction Machinery Manufacturing. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further inquiries, potential bidders can contact Christopher Barlow at christopher.l.barlow.civ@army.mil or by phone at 573-596-2457, or reach out to James Ferraro at james.a.ferraro.civ@army.mil or 573-563-2910.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting bids for the Horizontal Directional Drilling (HDD) services associated with the Navajo-Gallup Water Supply Project, titled "Y--NGWSP BLOCK 2-3 HDD." This project involves the installation of a 42-inch buried water transmission pipeline and three 36-inch pipelines across various challenging terrains, including crossings at the San Juan River, Shumway Arroyo, and Nenahnezad Bluff, with a total length of approximately 1.8 miles. The successful contractor will be responsible for adhering to strict environmental, safety, and cultural resource protection guidelines, with a performance period set from May 20, 2026, to September 21, 2027. Interested bidders must submit their proposals by February 25, 2026, and can direct inquiries to Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Snow Removal Equipment Rental for Fort Wainwright, Alaska
    Dept Of Defense
    The Department of Defense is soliciting quotes for the rental of snow removal equipment, specifically two All-Wheel Drive Motor Graders and two Wheel Loaders, to be delivered to Fort Wainwright, Alaska. The procurement aims to support snow removal operations in the Ft. Wainwright Training Areas from January 12, 2026, to February 22, 2026, requiring contractors to provide all necessary personnel, equipment, supplies, and services, including maintenance and compliance with federal and military regulations. Interested small businesses must submit their quotes, including pricing and equipment specifications, by December 15, 2025, with questions due by December 8, 2025; all submissions must comply with SAM registration and various FAR and DFARS provisions. For further inquiries, potential offerors can contact SSG Eric Kim at eric.k.kim.mil@army.mil or MAJ Molly Libowski at molly.a.libowski.mil@army.mil.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Heavy Equipment Program - Sweeper and Scrubber Equipment SPE8EC25R0003
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is issuing a solicitation for the Heavy Equipment Program, specifically for sweeper and scrubber equipment under solicitation number SPE8EC25R0003. This opportunity seeks proposals for multiple Indefinite Delivery/Requirements Contracts for new commercial equipment, including utility sweepers, warehouse sweepers, street sweepers, and associated support services for the U.S. Military and other authorized government agencies. The contracts will have a ten-year term with no options, and proposals must be submitted by November 16, 2034, at 4:00 PM EST, with evaluations based on the Lowest Price Technically Acceptable (LPTA) method. Interested vendors can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    F--Synopsis of Contract Award Actions-140L0125R0007
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is announcing a special notice regarding the contract award actions for Wild Horse and Burro On-Range Drive Trapping Services. The procurement involves the issuance of Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with the primary objective of managing wild horse and burro populations across various BLM lands in states including Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, and Wyoming. This initiative is crucial for the conservation of natural resources and the effective management of wild equine populations, ensuring ecological balance and compliance with federal regulations. Interested small businesses can reach out to Lisa Turner at lturner@blm.gov or by phone at 405-435-6044 for further details, with the contract award date set for December 15, 2025.