Snowmobile and Trailer Rentals for Grand Teton Nat
ID: 140P1425Q0062Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR NORTHERN ROCKIES(12200)YELWSTN NL PK, WY, 82190, USA

NAICS

Recreational Goods Rental (532284)

PSC

LEASE OR RENTAL OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (W023)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking to contract for the rental of snowmobiles and trailers for use at Grand Teton National Park during the 2025/2026 winter season. The procurement involves leasing four new or lightly used snowmobiles, along with two optional trailers, which must meet specific technical specifications and maintenance requirements to ensure reliability for ranger operations. This initiative is crucial for maintaining safety and efficiency in managing park resources during winter months. Interested vendors must submit their quotations by the specified deadlines and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Colton Nelson at colton_nelson@nps.gov or by phone at 720-390-0199.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) is seeking to contract the lease of four snowmobiles, with optional trailers, for use by rangers at Grand Teton National Park during the winter season of 2025-2026. The snowmobiles must be new or have less than 1000 miles and include essential features such as towing mounts, ski racks, and gear racks. Specifications include specific model requirements like the POLARIS RMK SP 155 and detailed characteristics for both the snowmobiles and trailers. The delivery of the equipment is set for November 1, 2025, with return by May 1, 2026. The contract outlines maintenance responsibilities, requiring the offeror to provide a preventive maintenance schedule, repair or replace equipment within 48 hours of failure, and insure the equipment against loss or damage. This procurement is aimed at ensuring that the NPS has reliable snowmobiles to support ranger activities during the winter months, emphasizing the importance of safety and maintenance in managing national park resources effectively.
    The document serves as a Wage Determination under the Service Contract Act by the U.S. Department of Labor, outlining minimum wage and fringe benefit requirements for federal contracts in specified areas of Wyoming. It emphasizes that contracts starting or extended after January 30, 2022, must pay covered workers at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30, unless higher rates are specified. The wage determination includes an extensive list of job classifications and corresponding wage rates, which cover various occupations from administrative roles to skilled labor. Additionally, contractors are required to provide paid sick leave and specific fringe benefits such as health and welfare, vacation, and holiday pay, ensuring workers' rights to adequate benefits. The document also details the process for classifying unlisted job categories and ensures compliance with outlined standards. This structure not only supports the enforcement of fair wage practices but also follows federal regulations to secure worker welfare in contract-related jobs across specified Wyoming counties.
    The document is a Request for Quotation (RFQ) from the National Park Service (NPS) for snowmobile and trailer rentals during the 2025/2026 winter season at Grand Teton National Park. The RFQ outlines necessary details and requirements for vendors interested in submitting a quotation, including deadlines for questions and submissions. It specifies that the rental includes four snowmobiles and two optional trailers, with a period of performance from November 1, 2025, to April 30, 2026. This RFQ is set aside for small businesses, adhering to federal guidelines, and follows standard acquisition principles as outlined in the Federal Acquisition Regulations (FAR). Vendors must provide technical specifications, a completed representation of capabilities, and examples of prior experiences with similar rentals. Evaluation of quotes will prioritize pricing, technical compliance, and past performance. The document emphasizes the requirement for compliance with FAR clauses, including the necessity for all offerors to be registered in the System for Award Management (SAM) at the time of submission. This RFQ exemplifies government procurement objectives by fostering small business participation while ensuring the delivery of quality services for national park operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    Amendment 2: A Concession Business Opportunity to provide Lodging, Campgrounds, Food & Beverage, Retail, Marina, and Other Services within Grand Teton National Park
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a concession contract to provide lodging, campgrounds, food and beverage, retail, marina, and other services within Grand Teton National Park. This opportunity aims to enhance visitor experiences by offering a range of recreational services and amenities, with the next concession contract expected to commence on January 1, 2027. Interested parties must submit detailed financial projections and operational plans, adhering to federal regulations, with electronic proposals due by January 6, 2026, and a hardcopy transmittal letter due by January 13, 2026. For further inquiries, contact Erica Harris at imrconcessions@nps.gov.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    S--NHTIC SNOW REMOVAL 2026
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for snow removal and salting services at the National Historic Trails Interpretive Center (NHTIC) located in Casper, Wyoming. The procurement includes a base year of performance from January 1, 2026, to December 31, 2026, with four optional renewal years extending through December 31, 2030, to ensure safe access for employees and the public across approximately 70,000 square feet of parking and access roads, as well as 28,000 square feet of sidewalks. This service is critical for maintaining safety standards during winter months, with specific requirements for snow removal and ice management outlined in the solicitation documents. Proposals are due by December 18, 2025, and must be submitted via email to Contract Specialist Huong (Tiffany) Le at hle@blm.gov, with a pre-bid site visit scheduled for December 9, 2025, to familiarize potential bidders with the site conditions.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the reconstruction of Moose Wilson Road Phase 2 and Teton Park Road – Moose to Taggart Lake Trailhead in Teton County, Wyoming. The project involves extensive work including utilities, grading, asphalt and minor concrete pavement, roadway obliteration, and site improvements over a distance of 2.95 miles. This initiative is crucial for enhancing transportation infrastructure within Grand Teton National Park, ensuring improved access and safety for visitors. The estimated contract value ranges from $20 million to $30 million, with a tentative completion date set for Winter 2027. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be released in Fall/Winter 2025.
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at various rental cabins within the Flathead National Forest, located in Montana. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to ensure timely snow removal when accumulations reach 6 to 8 inches, with services required within 24 hours of notification. This contract is crucial for maintaining access to the cabins during winter months, ensuring safety and usability for visitors. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and can direct inquiries to Sarah Cotton at sarah.cotton@usda.gov. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, with a total duration of five years, including option periods.
    Boston National Historical Park - Snow Removal Ser
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide snow removal services at the Boston National Historical Park. The contract, designated as a Total Small Business Set-Aside, requires the contractor to manage snow, slush, and ice removal, ensuring priority areas are cleared to bare pavement within two hours post-storm. This service is critical for maintaining accessibility and safety at historical sites, particularly during winter months, with the contract period running from December 26, 2025, to December 25, 2026. Interested parties must submit their quotes by December 22, 2025, and direct any questions to Samuel McKenzie at samuelmckenzie@nps.gov.
    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.
    Wallowa Whitman National Forest Snow Park Snow Plowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors to provide snow plowing services for the Wallowa-Whitman National Forest Sno-Parks located in Baker City, Oregon. The contract, identified as RFQ 1240BE26Q0014, is structured as an Indefinite Delivery/Indefinite Quantity with Firm Fixed Price CLIN, covering a base year from November 20, 2025, to September 30, 2026, along with five optional renewal years. These Sno-Parks serve as critical access points for winter recreation and special use operations, necessitating timely snow removal to ensure safety and accessibility for the public. Proposals must be submitted via email by 4:30 PM PST on December 22, 2025, and should include a technical quote, price quote, and necessary certifications, as the government intends to award the contract based on these submissions without further discussions. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov for additional information.
    SOFAM NTV Rental
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the rental of non-tactical vehicles to support the Special Operations Forces Arctic Medic (SOFAM) exercise in Fairbanks, Alaska, scheduled from January 9 to January 28, 2026. The contractor is required to provide a total of 26 vehicles, including 18 sport utility vehicles (SUVs), 5 trucks, 2 15-passenger vans, and 1 cargo van, all of which must be 4-wheel or all-wheel drive and equipped with winter kits and traction devices. This procurement is critical for ensuring adequate ground transportation for personnel, equipment, and supplies during the exercise, with strict adherence to performance standards outlined in the Performance Work Statement (PWS). Interested vendors must submit their proposals by 5:00 PM Eastern Standard Time on December 19, 2025, and direct any inquiries to SSG Tyler Cooper at tyler.j.cooper.mil@socom.mil or SSG John Miceli at john.p.miceli.mil@socom.mil, with all questions due by 11:00 AM Eastern Standard Time on December 15, 2025.