081107 WCF Replacement Utility Vehicle EN:1500
ID: 12444125Q0091Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 3Atlanta, GA, 303092449, 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. Department of Agriculture, specifically the Forest Service, is seeking proposals for a 4x4 Utility Vehicle (UTV) to replace its current vehicle at the Pisgah Ranger District in North Carolina. The UTV must meet stringent specifications, including a minimum 999 cc gasoline engine, automatic transmission, seating for at least four passengers with a certified Roll Over Protection Structure (ROPS), and various performance capabilities such as a towing capacity of 1500 lbs. and a payload capacity of 1100 lbs. This procurement is critical for supporting the Forest Service's operational needs in managing the national forest, and it is set aside for small businesses under NAICS code 336999. Proposals are due by December 8, 2025, at 5:00 pm ET, and interested vendors should contact Brad Carlson at brad.a.carlson@usda.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    Solicitation Number 12444125Q0091 is a Request for Quotation (RFQ) for a WCF Replacement Utility Vehicle (EN:1500) for the USDA Forest Service in Pisgah Forest, NC. This procurement is a Total Small Business set-aside with NAICS code 336999 and a 1000-employee size standard. Offers are due by December 8th, 2025, at 5:00 pm ET and must be submitted via email to brad.a.carlson@usda.gov. Proposals should include a completed Schedule of Items, acknowledgement of amendments, and proposed UTV specifications. Offerors must have an active SAM registration and address questions to the provided email. The award will be made to the most advantageous offer, considering price and other factors outlined in Attachment 3. The solicitation includes various FAR clauses, notably those prohibiting certain telecommunications equipment, ByteDance applications, and unmanned aircraft systems from covered foreign entities, along with requirements for representations and certifications regarding these prohibitions. Deliveries are expected within 120 days of award to Pisgah Forest, NC, or a local dealer within 80 miles.
    This document outlines the mandatory specifications for a 4x4 Utility Vehicle (UTV) as part of a government Request for Proposal (RFP). The UTV must meet specific standards for safety, performance, and features, including ANSI/OPEI B71.9–2016 and ANSI/ROHVA 1-2016 for UTV standards, and 30 CFR 56.14130 and ANSI/ROHVA 1-2011 for ROPS certification. Key requirements include a 999 cc or greater gasoline engine, automatic transmission with AWD/2WD/Turf Mode, seating for a minimum of four people, and a certified ROPS with seat belts for all passengers. The UTV must also have a Forest Service-approved spark arrester, front and rear hydraulic brakes, a payload capacity of 1100 lbs. or greater, a cargo bed capacity of 600 lbs. or greater, and a towing capacity of 1500 lbs. or greater. Other specifications include liquid cooling, 13.5” or greater ground clearance, double wishbone suspension with 14” or greater travel, aggressive 8-ply tires, a minimum 9.5-gallon fuel tank, and a red or high-visibility color. The RFP also lists optional accessories such as a headache rack, arm protectors, bumpers, rock sliders, a 4500 lb. winch, bed extender, half doors, a hard poly roof, and a full glass windshield.
    The U.S. Department of Agriculture (USDA) is seeking a new, current-year, base model, 4x4 Utility Vehicle (UTV) with attachments that meets or exceeds the specifications of a Polaris General XP 4 1000 Ultimate. The solicitation outlines mandatory UTV standards, including a 999 cc or greater gasoline motor, automatic PVT transmission, 4-person minimum seating with a certified Roll Over Protection Structure (ROPS) and seatbelts for all passengers, and a spark arrester meeting Forest Service Standard USDA-FS 5100-1. Other key requirements include hydraulic brakes, a payload capacity of 1100 lbs. or greater, 600 lbs. or greater cargo storage, 1500 lbs. or greater towing capacity, liquid cooling, 13.5” or greater ground clearance, and specific suspension and tire types. Additional options such as a hard poly roof, full glass windshield, half doors, a headache rack, 4500 lb. winch, and various protectors and bumpers are also required. The UTV must be red or another high-visibility color and delivered to the USDA Forest Service in Pisgah Forest, NC. The document also includes an appendix comparing various vehicle standards (OPEI, ROHVA, LSV, LUV) across numerous attributes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Polaris Snowmobile Sierra NF
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of a 2025 Polaris Ranger Crew XP 1000 snowmobile for the Sierra National Forest Bass Lake Ranger District. The primary objective is to enhance operational capabilities in managing national forest resources through the acquisition of this advanced vehicle, which features an 82 HP ProStar 4-Stroke engine, advanced drivetrain capabilities, and various safety and comfort features. Proposals must be submitted by December 18, 2024, with questions accepted until December 13, 2024; interested parties should contact Tammy Perrine at tammy.perrine@usda.gov for further information. This procurement is set aside for small businesses under NAICS code 336999, with a size standard of 1,000 employees.
    2310--Utility Vehicle
    Buyer not available
    The Department of Veterans Affairs is soliciting offers for a utility vehicle, specifically a brand-name or equal Kubota RTVX2C-SKLH-1, intended for use by the Pittsburgh VAMC Prosthetics Department. The procurement requires a firm-fixed-price contract for one utility vehicle with features such as a hydraulic dump bed, hydrostatic transmission, diesel engine, 4WD, and an enclosed HVAC cab, all of which must meet specified dimensions. This vehicle is crucial for enhancing operational efficiency within the department, ensuring that the needs of veterans are met effectively. Interested vendors must submit their offers via email by December 8, 2025, at 3:00 PM EST, and include necessary documentation such as an OEM authorization letter and completed forms. For further inquiries, contact Tyler Kraft at tyler.kraft@va.gov or Andrea Aultman-Smith at Andrea.Aultman-Smith@va.gov.
    MI-MARQUETTE BS-TRUCK REPAIR
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking proposals for vehicle repair services for a government-owned 2024 Chevy 2500 Ext. Cab 4x4 involved in an accident at the Marquette Biological Station. The contractor will be responsible for restoring the vehicle, which includes repairs to various components such as the cab, side impact sensors, rear door, and conducting complete vehicle diagnostic testing. This procurement is crucial for maintaining the operational readiness of government vehicles used in wildlife service activities. Interested contractors must submit their quotations by December 8, 2025, at 10 AM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289. The contract period will extend from the award date through June 30, 2026.
    3-Passenger Crossover Utility Vehicle - Acoma-Cañoncito-Laguna (ACL) Indian Health Center - Pueblo of Acoma, NM
    Buyer not available
    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.
    2510--UTV-Mini Ambulance
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide a UTV-Mini Ambulance for the VA San Diego Intensive Care Unit (ICU) as outlined in Sources Sought Notice (SSN) 36C26226Q0171. The procurement aims to identify potential vendors, particularly Veteran-owned and small businesses, capable of delivering a gasoline-powered MedSTAT enclosed UTV ambulance equipped for rapid response and Code Blue emergencies, with specific features such as run-flat tires, locking doors, and patient compartments. This vehicle is crucial for enhancing emergency medical response capabilities on campus and at nearby transit stops. Interested vendors must respond with their business size, ability to meet the draft Statement of Work (SOW), and compliance with the Buy American Act, with inquiries directed to Contracting Officer Anthony Dela Cruz at anthony.delacruz@va.gov or by phone at 562-766-2284. A formal solicitation will be published later on SAM.gov or eBuy GSA.
    Diesel Forklift
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a diesel-powered forklift to be delivered to the Tooele Army Depot in Utah. The forklift must meet specific technical specifications, including a minimum rated capacity of 4,000 lbs, compliance with OSHA and ANSI safety standards, and EPA Tier 4 emission requirements, among other detailed requirements. This equipment is essential for warehouse operations, ensuring efficient material handling and compliance with safety regulations. Interested vendors should submit their proposals addressing all specifications within 130 days from the award date, and can contact Traci Sablan at traci.l.sablan.civ@army.mil or by phone at 435-833-2713 for further information.
    Conventional Aircraft Tow Tractor
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG) Aviation Logistics Center (ALC), is conducting market research to identify potential sources for a Conventional Aircraft Tow Tractor. The tractor must meet specific requirements, including a minimum drawbar pull of 14,000 lbs, dimensions not exceeding 150 inches in length (without hitches) and 180 inches (with hitches), and a gross weight of at least 17,000 lbs, among other technical specifications outlined in the attached salient characteristics document. This equipment is crucial for the efficient handling of aircraft on the ground, ensuring operational readiness and safety at airfields. Interested vendors are encouraged to submit their capabilities, including business size and certifications, by January 5, 2026, at 5:00 P.M. Eastern Time, with responses directed to Denise Bulone at denise.j.bulone@uscg.mil, referencing the notice number 70Z03826IE0000001.
    23--CHARLES M RUSSELL NWR - Bumper Pull Dump Trailer
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for a Bumper Pull Dump Trailer for the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana. The procurement requires a trailer that meets specific technical specifications, including dimensions, axle capacity, and various components such as electric brakes and LED lights, with delivery to be made to the refuge facility. This equipment is essential for the refuge's operational needs, supporting wildlife management and habitat maintenance efforts. Proposals are due by December 11, 2025, at 10 AM Eastern Time, and must be submitted via email to Dana Arnold at danaarnold@fws.gov, with the contract period of performance set from December 18, 2025, to June 5, 2026.
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of one outboard motor, specifically a Mercury Marine 150XL FourStroke or an approved equivalent, as part of a Total Small Business set-aside initiative. The motor, which is critical for operations at the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana, must meet specific technical specifications, including a 150 horsepower output and Smartcraft compatibility, among others. Interested vendors are required to submit their quotes by December 19, 2025, with delivery expected by February 2, 2026, and must ensure compliance with all outlined specifications to demonstrate equivalency. For further inquiries, vendors can contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    37--OR-FWS SHELDON-HART-GRADER PUSH BLADE
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations from small businesses for a firm-fixed-price contract to procure a front-mounted push blade for a John Deere 672G Motor Grader. The key specifications for the push blade include a width of 8-10 feet, a 4-pin mount, and hydraulic movement, with delivery required at the Sheldon-Hart Mountain National Wildlife Refuge Complex in Lakeview, Oregon, where no loading dock is available. This procurement is essential for maintaining the operational efficiency of the refuge's equipment. Quotes are due by December 5, 2025, at 1:00 PM Eastern Time, and interested offerors must be registered with SAM.gov. For further inquiries, contact Marshall Richard at marshallrichard@fws.gov.