MN Litchfield WMD - UTV with Trade-in
ID: 140FS226Q0012Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

All Other Transportation Equipment Manufacturing (336999)

PSC

MOTORCYCLES, MOTOR SCOOTERS, AND BICYCLES (2340)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a new Utility Terrain Vehicle (UTV) with a trade-in option for a 2017 Polaris Ranger as part of their operations at the Litchfield Wetland Management District (WMD). The UTV must meet specific requirements, including a 950 cc/65 HP engine, automatic transmission, and features suitable for safe operation in cold weather, such as power steering and a full cab with heating. This procurement is critical for enhancing operational efficiency in wildlife management activities, with quotes due by January 7, 2026, at 2:00 PM ET, and submissions should be directed to Dana Arnold at dana_arnold@fws.gov. The contract will be awarded based on best value, considering both technical specifications and pricing, with the contractor responsible for delivery to the specified location in Litchfield, MN.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the specifications for a Utility Terrain Vehicle (UTV) with one trade-in for the Litchfield WMD, emphasizing features necessary for safe operation in cold weather. Key UTV requirements include a 950 cc/65 HP engine, automatic transmission, selectable 2WD/4WD, 12-inch travel suspension, front/rear disc brakes, 27-inch tires, 10-gallon fuel capacity, 13-inch ground clearance, 1,200 lbs payload, 2,500 lbs towing capacity, and seating for three. Essential features are power steering, a full cab with heating, fixed glass windshield with wiper, rear glass panel, dome light, rearview mirror, Lock & Ride Cargo System, LED taillight, OSHA Approved ROPS, front brush guard, and a 4500 lbs winch. Parts and service must be available within 100 miles. Delivery must be FOB Destination to FWS Litchfield WMD, 22274 615 Avenue, Litchfield, MN 55355-5818, with the contractor responsible for all delivery costs and conditions. The contractor must contact Todd Boonstra at Todd_Boonstra@fws.gov or (320) 693-2849 three days prior to delivery to arrange a specific time. Unloading is the sole responsibility of the delivery carrier, with no government assistance provided.
    The provided document is an Equipment Trade-In Form detailing a 2017 Polaris Ranger from the Litchfield WMD, with FWS Property #F305858, FWS Equipment #10179054, and FWS Asset #1157451. The vehicle has a VIN of 4XARTE878H8558499 and 1068 hours of use. It includes vinyl zip doors and a glass windshield as additional information, with no known defects. The form lists Todd Boonstra as the station contact, with phone number 406-654-4296 and email todd_boonstra@fws.g. The equipment is located at 22274 615th Ave, Litchfield, MN 55355. This document serves as a record for the trade-in of government-owned equipment, likely for internal inventory management or as part of a procurement process for new equipment.
    The document is a Request for Quote (RFQ) No. 140FS226Q0012 for the U.S. Fish and Wildlife Service (FWS) seeking a new Utility Terrain Vehicle (UTV) with a trade-in option for a 2017 Polaris Ranger. Quotes are due by January 7, 2026, at 2:00 PM ET and must be emailed to dana_arnold@fws.gov. The solicitation emphasizes submitting a completed SF 1449, company information, signed amendments, and technical specifications, including lead time and detailed pricing (trade-in value, new UTV unit price, and total price). The award will be a firm-fixed-price order based on best value, considering technical specifications, lead time, and price, with non-price factors being approximately equal to price. The document also includes various FAR provisions and clauses, notably 52.204-24 and 52.212-3, which cover representations regarding telecommunications equipment and offeror certifications.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    OR-FWS MALHEUR NWR-UTV
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotes from qualified Women-Owned Small Businesses (WOSB) for the procurement of a Utility Terrain Vehicle (UTV) for the Malheur National Wildlife Refuge located in Princeton, Oregon. The UTV must meet specific requirements, including a 999cc engine, 82HP, an 11.5-gallon fuel capacity, and a factory-installed cab system equipped with heating, air conditioning, and defrost capabilities. This vehicle is essential for operational efficiency within the refuge, supporting various wildlife management activities. Quotes are due by January 22, 2026, at 5 PM ET, with delivery required by March 31, 2026. Interested parties can contact Kathryn Coltran at kathryncoltran@fws.gov for further information.
    IA - Neal Smith NWR - 4 UTVs with 2 Trade-ins
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from Women-Owned Small Businesses (WOSB) for the procurement of four 2026 6x6 Utility Terrain Vehicles (UTVs), with the option to trade in two existing Kubota units. The UTVs are required to meet specific technical specifications, including a minimum 976cc V-twin engine, selectable 4WD/6WD, and a towing capacity of 3,000 lbs, to support operations such as fire suppression and maintenance of sensitive landscapes. Interested vendors must submit their quotes, including all associated costs, by January 19, 2025, at 2:00 PM Eastern Time, via email to Dana Arnold at danaarnold@fws.gov, with evaluation criteria focusing on technical specifications, lead time, and price.
    61--CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide a 200 hp outboard motor for law enforcement patrol boats operating on Montana's lakes and rivers. The procurement involves a firm-fixed-price contract for one motor, which must meet specific technical requirements, including compatibility with Smartcraft, and include necessary installation components and labor. This acquisition is critical for enhancing law enforcement capabilities in the region, ensuring effective patrols over long distances in various water conditions. Interested parties must submit their quotes by January 2, 2026, with the contract performance period set from January 12, 2026, to March 13, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    49--NV-AMARGOSA PFISH RCH STA-WTR TRUCK REPA
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking a contractor for the repair of a water truck at the Amargosa Pupfish Research Station in Amargosa Valley, Nevada. The project involves comprehensive repairs on a 2009 Freightliner water truck, addressing various mechanical issues such as fault codes, oil leaks, fuel system problems, and more, with a requirement for completion within 30 days of contract award. This procurement is critical for maintaining operational efficiency at the research station, ensuring reliable transportation for water resources. Interested small businesses must submit their quotes by September 18, 2025, at 5 PM ET, and are required to acknowledge receipt of the solicitation amendment by December 16, 2025, to be considered for the contract. For further inquiries, contact Kathryn Coltran at kathryncoltran@fws.gov.
    42--Type 6 Light Wildland Fire Engine for Sand Lake NW
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole-source, firm-fixed-price contract to HEIMAN INC for the procurement of a Type 6 Light Wildland Fire Engine for the Sand Lake National Wildlife Refuge (NWR). This contract, categorized under NAICS code 336211 for Motor Vehicle Body Manufacturing, is justified due to Heiman Inc.'s specialized expertise in constructing custom wildland fire engines that comply with Department of the Interior (DOI) national standards. The fire engine will play a crucial role in enhancing firefighting capabilities in the region, with specifications including a 350-gallon booster tank and a 10-gallon Class 'A' foam system, among other features. Interested parties may submit capability statements to Fred Riley at fredriley@fws.gov by 2:00 PM EDT on January 22, 2026, to demonstrate their ability to provide competitive alternatives, although the final decision on competition will rest with the agency.
    3-Passenger Crossover Utility Vehicle - Acoma-Cañoncito-Laguna (ACL) Indian Health Center - Pueblo of Acoma, NM
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Albuquerque Area Indian Health Service, is seeking quotations for the procurement of one 3-Passenger Crossover Utility Vehicle along with a compatible Snowplow Attachment for the Acoma-Cañoncito-Laguna Indian Health Center in New Mexico. The specific requirements include a John Deere Gator XUV 845M Open from the 2025 model year and a Western Impact Heavy-Duty Straight Blade snowplow, which must include a mounting kit and a cost estimate for shipping. This procurement is essential for maintaining operational efficiency in snow removal and utility transportation, reflecting the government's commitment to supporting Indian Small Business Economic Enterprises (ISBE) under the Buy Indian Act. Interested vendors must submit their quotes via email by March 25, 2025, and direct any questions to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov by March 18, 2025.
    28--OUTBOARD MOTOR REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking proposals for the replacement of outboard motors under solicitation number 140G0326Q0013. This procurement is a total small business set-aside, focusing on the acquisition of a new 200HP, 4-stroke outboard jet motor for a custom Wooldridge 'Sport' boat, which is essential for various field operations. Offerors must submit a firm-fixed-price quote along with technical qualifications, past performance references, and other required documentation by January 12, 2026, at 1500 PST, with questions due by January 7, 2026. Interested parties should direct inquiries to Yangzhi Deng at yangzhideng@usgs.gov or call 916-278-9326.
    NM-SOW NATIVE ARC-TISSUE PROCESSOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for an Automatic Tissue Processor specifically from Leica Biosystems/Leica Microsystems Inc. as part of a solicitation for the NM Southwestern Native Aquatic Resources and Recovery Center (ARC). This procurement is a Total Small Business Set-Aside and aims to acquire a brand-name tissue processor that meets specific technical requirements, including automated programmable cycles and vacuum infiltration, essential for histopathological evaluation of fish tissues related to endangered species research. Interested vendors must submit their quotes by January 14, 2025, at 1:00 PM Eastern Time, via email to danaarnold@fws.gov, with delivery expected by April 30, 2026, and the contract will be a firm-fixed-price order.
    AK-KENAI NWR-THERMAL SENSOR
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting quotes for a thermal sensor system for the Kenai National Wildlife Refuge in Alaska. The procurement includes a cooled thermal camera system with specific requirements such as a cooled InSb detector, high resolution, and software capabilities for image analysis and data export. This equipment is crucial for wildlife monitoring and research, enhancing the refuge's operational capabilities. Interested small businesses must submit their quotes by January 13, 2026, to Carter Duke at carterduke@fws.gov, with delivery expected by March 2, 2026, and all submissions must comply with the outlined specifications and federal contracting regulations.
    SB2 LIMESTONE MATERIALS FOR FWS CACHE RIVER NWR
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service (FWS), is soliciting quotes for the supply and delivery of approximately 700 tons of SB2 limestone materials to the Cache River National Wildlife Refuge in Arkansas. The contractor will be responsible for tailgate spreading the limestone at five designated locations, ensuring a consistent application depth of three inches, with specific delivery requirements including a minimum of 100 tons per day during the performance period from January 6 to January 12, 2026. This procurement is crucial for maintaining the infrastructure and habitat management within the refuge, emphasizing the importance of quality materials and timely delivery. Interested small businesses must submit their quotes via email, including necessary documentation, by the specified deadline, and can contact Chantal Bashizi at chantalbashizi@fws.gov or 703-358-1854 for further information.