Procurement of Backhoe Loaders (BHL) Amendment #0002
ID: M67854-25-R-5302Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134-6050, USA

NAICS

Construction Machinery Manufacturing (333120)

PSC

MISCELLANEOUS MATERIALS HANDLING EQUIPMENT (3990)
Timeline
    Description

    The Department of Defense, specifically the U.S. Marine Corps, is soliciting proposals for the procurement of 169 Backhoe Loaders (BHLs) to enhance operational capabilities. The BHLs are required to meet specific military modifications and performance specifications, including excavation tasks for combat emplacements, compatibility with hydraulic tools, and adherence to safety and environmental standards. This procurement is crucial for modernizing equipment and ensuring operational readiness within the Marine Corps, with a focus on maintaining logistics and engineering functions. Interested contractors must submit their proposals electronically by the extended deadline of March 31, 2025, and can direct inquiries to Tommie L. Klise at tommie.klise@usmc.mil or Terence Mcginn at terence.mcginn@usmc.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Marine Corps Systems Command is seeking feedback on the past performance of a contractor tasked with providing Backhoe Loaders (BHLs) to the United States Marine Corps. The questionnaire aims to evaluate various aspects of the contractor's performance, including the quality of products, program management effectiveness, schedule compliance, and customer satisfaction. Respondents must indicate the presence of any significant contract issues, such as cure or show cause notices. Evaluators rate the contractor’s performance across multiple categories, with options ranging from "Outstanding" to "Unsatisfactory," and provide comments to substantiate their evaluations. Ultimately, the document seeks to gather information on the contractor's reliability and effectiveness to inform future contracting decisions, with recommendations for future work based on performance ratings. This assessment aligns with governmental procedures for ensuring accountability and quality in procurement processes.
    The document outlines Amendment #1 to a federal solicitation, which primarily serves to extend the submission deadline for proposals related to contract M6785425R5302. The new deadline for proposals is set for 14:00 EST on March 17, 2025, changed from its original date of February 27, 2025. It emphasizes that aside from this adjustment, all terms and conditions of the original solicitation remain unchanged and in full effect. The amendment also specifies the requirements for acknowledging receipt of the amendment by contractors and the process for submitting modifications to already sent offers. The amendment reflects standard procedures as prescribed by the Federal Acquisition Regulation (FAR), ensuring compliance in federal procurement processes. This extension allows potential bidders additional time to prepare their proposals, highlighting the government’s commitment to facilitating participation in its procurement activities.
    This document is an amendment to a federal solicitation, particularly focusing on extending the proposal submission deadline for solicitation M67854-25-R-5302 from March 17, 2025, to March 31, 2025. Key modifications include updated instructions for proposals, emphasizing clarity, organization, and adherence to specified page limits. Offerors must submit a comprehensive proposal electronically through the designated systems, ensuring compliance with the outlined format and content requirements. The solicitation maintains a strong emphasis on the inclusion of small business participation plans and mandates that large business offerors present small business subcontracting plans. Offerors are required to demonstrate their relevant past performance through detailed contracts from the past three years, highlighting their capability to meet technical specifications and logistical support requirements. By outlining the submission procedures, evaluation criteria, and performance expectations, this document aims to facilitate a transparent and competitive contracting process while prioritizing effective communication and compliance. Overall, it reflects the government’s commitment to fostering collaboration with both large and small businesses in fulfilling its contracting needs.
    The document details the Contract Data Requirements List (CDRL) associated with a Department of Defense contracting engagement, specifically regarding the Technical Review Data Package (TRDP) and related logistical and engineering documentation. It outlines the specifications for various data items, including submission timelines, responsibilities, and distribution requirements, emphasizing compliance with Controlled Unclassified Information (CUI) protocols. Key deliverables include the Integrated Master Schedule (IMS), Provisioning Parts List (PPL), and various engineering data submissions, illustrated through multiple data item entries (A001-A014). Each item specifies titles, authorities, frequency of submissions, and required formats, often necessitating electronic submissions in editable formats. The document stresses the importance of timely responses and adherence to prescribed review cycles, particularly regarding technical reviews and government feedback incorporation. The overarching aim is to ensure effective management of data associated with military systems and materials, reflecting the commitment of the Marine Corps Systems Command to maintain stringent oversight and quality assurance in defense contracting activities.
    The document outlines the performance specification for a Backhoe Loader (BHL) intended for the Marine Corps, detailing its operational requirements and verification procedures. The BHL is designed to perform excavation tasks for combat emplacements, with capabilities including digging, trenching, and operating hydraulic tools. Key performance parameters include specifications for wheel configuration, attachments, fuel types, hydraulic tool compatibility, operator safety features, and mobility on varied terrains. The specifications distinguish between threshold (minimum acceptable) and objective (desired) performance levels, ensuring the BHL meets various operational scenarios, including environmental resilience and transportability in military contexts. Verification methods encompass certification, analysis, inspections, demonstrations, and tests to ensure compliance with all stated requirements, underscoring the document's use as a reliable resource in government RFPs. The emphasis on compatibility with existing military standards further highlights the BHL's role within the logistics and engineering functions of the Marine Corps, confirming its relevance in contemporary military operations.
    The document outlines a federal Request for Proposal (RFP) regarding the procurement of 169 Backhoe Loaders (BHLs) for the U.S. Marine Corps. It includes detailed specifications, including the need for military modifications to commercially available equipment, such as paint color, embedded storage for rifles, and fluid compatibility. The contractor is tasked with providing comprehensive management and logistics support throughout the delivery process, ensuring upkeep of performance standards, and fulfilling safety and equipment maintenance requirements. Requirements delineate the deliveries of BHLs, training for operators, and provision of spare parts and maintenance kits, with specific quantities required for various Marine Corps installations. The document emphasizes strict adherence to military standards, configuration management, and protocols for safety and environmental considerations. The aim of this contract is to modernize equipment to replace aging models, ensuring compatibility with existing infrastructure and tools while maintaining operational readiness and compliance with government guidelines. The entire project is managed through rigorous oversight, consistent reporting, and evaluations, enhancing not only procurement efficiency but also long-term reliability and maintainability of military equipment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Road Grader Blade Replacement
    Buyer not available
    The Department of Defense, specifically the Commanding General of the Department of the Navy, is soliciting proposals for the procurement of replacement parts for a 120M Road Grader at the Marine Corps Recruit Depot in Parris Island, South Carolina. This solicitation, designated as RFQ number M0026325Q0013, requires the supply of 15 specific items, including moldboards, strip wears, and cutting edges, which are essential for maintaining operational capabilities of the equipment. The procurement emphasizes the importance of using durable materials and adhering to performance standards to ensure compatibility with existing machinery, reflecting the government's commitment to effective equipment maintenance. Interested small businesses must submit their proposals by March 10, 2025, with delivery expected by May 31, 2025; inquiries can be directed to Sgt. Cameron Thach at cameron.thach@usmc.mil or Randy L. Wentworth at randy.wentworth@usmc.mil.
    Mini Excavator
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Mini Excavator through a Combined Synopsis/Solicitation. This opportunity is set aside for small businesses under the SBA guidelines and falls under the NAICS code 333120, which pertains to Construction Machinery Manufacturing. The Mini Excavator will be utilized for earth moving and excavating tasks, highlighting its importance in various construction and military operations. Interested vendors can reach out to Anthony Zyla at anthony.j.zyla.civ@army.mil or by phone at 703-614-0476, or Ralph Jones at ralph.m.jones12.civ@army.mil or 315-772-1669 for further details regarding the submission process and timelines.
    DOWNBORE MACHINE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Maritime Puget Sound, is soliciting proposals for the procurement of downbore machines and related accessories. Vendors must meet specific requirements, including having an active account in the Joint Certification Program (JCP) to access tool room drawings, and comply with stringent cybersecurity measures as mandated by the Department of Defense. This procurement is crucial for maintaining operational capabilities within defense logistics, emphasizing the government's commitment to engaging qualified small businesses, including service-disabled veteran-owned and women-owned enterprises. Interested parties should submit their proposals electronically by 10:00 AM on March 10, 2025, and can contact Tricia Wintersteen at TRICIA.WINTERSTEEN@DLA.MIL or by phone at 360-813-9570 for further information.
    2520011608074
    Buyer not available
    The Defense Logistics Agency (DLA) Land & Maritime is seeking sources for a long-term contract related to various National Stock Numbers (NSNs) associated with military vehicular components, including clutch disks, towing brackets, and wiring harnesses. The procurement aims to identify businesses capable of manufacturing these critical items, which are essential for maintaining military vehicle operability and readiness. Interested suppliers are required to complete a market survey and provide information regarding their capabilities and interest in the contract, with submissions due by November 27, 2025. For further inquiries, potential respondents can contact Brent Wahle at brent.wahle@dla.mil or Tracy Holmes at Tracy.Holmes@dla.mil.
    PM MHTV Diminishing Manufacturing Sources and Material Shortages
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the PM MHTV Diminishing Manufacturing Sources and Material Shortages project, which is categorized under Heavy Duty Truck Manufacturing. The procurement aims to address challenges related to diminishing manufacturing sources and material shortages, ensuring the continued availability and support of critical military vehicles and equipment. This initiative is vital for maintaining operational readiness and sustainability of ground effect vehicles, motor vehicles, trailers, and cycles used by the military. Interested parties can reach out to Hyung Lee at hyung.lee@usmc.mil or Kelvy P. Donovan at kelvy.donovan2@usmc.mil for further information, with the presolicitation notice indicating that the place of performance will be in Quantico, Virginia.
    Bobcat UW56 Toolcat
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of one Bobcat UW56 Toolcat with standard equipment for Minot Air Force Base in North Dakota. This acquisition is set aside exclusively for small businesses under NAICS code 336110, which encompasses automobile and light-duty motor vehicle manufacturing, and requires delivery within 120 days post-order. Proposals will be evaluated based on technical capability and price, with a focus on the most advantageous offer to the government, although it is important to note that no funds are currently available for this project. Interested parties must submit their quotations by March 14, 2025, and can contact SSgt Tyler Webber at tyler.webber@us.af.mil or A1C Dillard, Jalen at jalen.dillard.1@us.af.mil for further information.
    JCB CAB
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the acquisition of a replacement cab with glass for a JCB front end loader, as outlined in the Combined Synopsis/Solicitation notice. This procurement is part of a total small business set-aside initiative, emphasizing support for Women-Owned Small Businesses (WOSB) and aims to enhance the operational capabilities of military equipment. The contract, identified by requisition number W50S9H25QA010, is expected to be awarded by February 25, 2025, with delivery anticipated by July 1, 2025. Interested vendors should direct inquiries to Riley Smith at riley.smith.10@us.af.mil or Seth I. Swieter at seth.swieter@us.af.mil for further details.
    Helicopter, CH-53E Super Stallion; FORWARD HOUSING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 21 units of the CH-53E Super Stallion helicopter's forward housing, identified by NSN 2915-016700130. This procurement is classified as an unrestricted contract and is critical for maintaining the operational capabilities of military aviation, although it is not categorized as a Critical Safety Item. Interested vendors must submit their proposals to Jenier Mitchell via email by the solicitation issue date, expected on or about February 12, 2025, and are encouraged to utilize the DLA Internet Bid Board System for further details. Past performance will be evaluated as part of the selection process, and no paper copies of the solicitation will be provided.
    Pump, Hydraulic
    Buyer not available
    The Defense Logistics Agency (DLA) Land Warren is soliciting bids for the procurement of 10 hydraulic pumps, specifically identified by NSN 4320-01-668-5991, manufactured by JCB Inc. This contract is a Total Small Business Set-Aside, emphasizing the need for compliance with military packing, preservation, and inspection protocols to ensure the pumps meet stringent quality assurance standards. The hydraulic pumps are critical components for military operations, necessitating reliable and timely delivery to maintain operational readiness. Interested suppliers must submit their bids electronically by March 12, 2025, and can contact Erin Bryant at erin.bryant@dla.mil or 586-719-1484 for further information.
    M1E3 Engineering Change Proposal
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the M1E3 Engineering Change Proposal, aimed at enhancing military armored vehicle capabilities. This procurement focuses on the manufacturing and modification of tanks and their components, which are critical for maintaining and advancing national defense capabilities. The work will be performed in Sterling Heights, Michigan, and is categorized under the NAICS code 336992, emphasizing its significance in military research and development. Interested parties can reach out to Shalonda Hawkins at shalonda.l.hawkins.civ@army.mil or John Finn III at john.j.finn75.civ@army.mil for further details regarding the solicitation process.