23--Two (2) Snowmobiles & Trailer
ID: 140P6425Q0078Type: Combined Synopsis/Solicitation
AwardedJul 31, 2025
$35K$35,000
AwardeeGage R Buchli 4728 RIDGEWOOD LN GRAND FORKS ND 58201 USA
Award #:140P6425P0042
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR OHIO(64000)Macedonia, OH, 44067, USA

NAICS

Automobile and Light Duty Motor Vehicle Manufacturing (336110)

PSC

MOTORCYCLES, MOTOR SCOOTERS, AND BICYCLES (2340)

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 bids for the procurement of two snowmobiles and a trailer to support operations at the Apostle Islands National Lakeshore. The equipment is essential for law enforcement, search and rescue, and emergency medical services, particularly during the winter season when visitor numbers exceed 100,000. This procurement initiative aims to replace outdated equipment that has been in service for over 20 years, thereby enhancing operational safety and efficiency. Interested vendors must submit their proposals by July 16, 2025, and can contact Ryan Begany at ryan_begany@nps.gov or 330-468-2500 for further details.

    Point(s) of Contact
    Begany, Ryan
    (330) 468-2500
    (330) 468-2507
    ryan_begany@nps.gov
    Files
    Title
    Posted
    The document outlines a government Request for Proposal (RFP) for purchasing two snowmobiles and a trailer for the National Park Service’s Apostle Islands National Lakeshore. The pricing information is organized in a bid schedule format that lists the units, quantities, and conditions to procure specific equipment, illustrating the government's procurement procedures. The document specifies that the items should meet defined specifications to ensure suitability for the park's operational needs. This procurement initiative is part of the federal effort to support outdoor recreation and maintenance of park services. The request highlights the necessity for compliance with federal contracting guidelines while aiming to enhance the functionality and accessibility of the National Park Service resources. The document serves as a formal solicitation for suppliers to submit bids, thus contributing to the operational capabilities of the park in maintaining safety and service standards.
    The document outlines a government Request for Proposal (RFP) for purchasing two snowmobiles and a trailer for the National Park Service’s Apostle Islands National Lakeshore. The pricing information is organized in a bid schedule format that lists the units, quantities, and conditions to procure specific equipment, illustrating the government's procurement procedures. The document specifies that the items should meet defined specifications to ensure suitability for the park's operational needs. This procurement initiative is part of the federal effort to support outdoor recreation and maintenance of park services. The request highlights the necessity for compliance with federal contracting guidelines while aiming to enhance the functionality and accessibility of the National Park Service resources. The document serves as a formal solicitation for suppliers to submit bids, thus contributing to the operational capabilities of the park in maintaining safety and service standards.
    The document outlines requirements related to the procurement of two snowmobiles and a trailer, while emphasizing compliance with federal regulations regarding telecommunications and video surveillance equipment. It includes instructions for offerors to represent whether they provide or use "covered telecommunications equipment or services" as defined by the John S. McCain National Defense Authorization Act for FY 2019. The offeror must indicate if they will supply such equipment to the government, and if applicable, disclose details regarding the equipment and services. Additionally, the offeror is instructed to consult the System for Award Management (SAM) to avoid entities excluded for these reasons. This provision reflects the government's focus on ensuring secure procurement practices and preventing partnerships with contractors utilizing potentially harmful telecommunications services while maintaining the integrity of federal contracts. Overall, it encapsulates crucial details concerning telecommunications compliance in the context of government purchases.
    The federal solicitation 140P6425Q0078, Amendment 0001, seeks bids for the procurement of two snowmobiles and a trailer for the APIS (Anchorage Parks and Recreation Service). The document addresses a specific question regarding the specifications of the trailer's interior height. Initially, it noted a minimum required interior height of 90 inches; however, this was clarified to mean a minimum overall interior height of 64 inches, with a total overall height of 90 inches. The specifications have been updated to reflect this correction. The solicitation aims to ensure vendors provide compliant products that meet the agency's regulatory requirements and needs for snow removal or related operations. These details illustrate the government’s commitment to precise procurement processes, enhancing operational capabilities for essential services in winter conditions.
    The document is an amendment to Solicitation No. 140P6425Q0078, affecting an ongoing government procurement process managed by the National Park Service (NPS) in Sagamore Hills, Ohio. The key changes outlined in the document include the inclusion of vendor "Questions and Answers" and revised specifications, alongside an extension of the solicitation closing date from July 10, 2025, to July 16, 2025. Offerors must acknowledge receipt of this amendment to avoid rejection of their offers and are permitted to modify any previously submitted offers through a supplemental letter or electronic communication, provided it references the relevant solicitation and amendment numbers. The amendment serves to clarify administrative details and ensure participant compliance with updated submission timelines and requirements. Furthermore, all unchanged terms and conditions of the original solicitation remain in effect. This amendment is part of the federal government's commitment to maintaining transparency and enhancing communication in the procurement process.
    The document outlines a Request for Quote (RFQ) for the procurement of two snowmobiles and a trailer for the Apostle Islands National Lakeshore in Wisconsin, identified by solicitation number 140P6425Q0078. This solicitation is aimed specifically at small businesses, adhering to the size standard of 1,500 employees according to NAICS code 336110. Offers are due by July 10, 2025, with contact Ryan Begany being the designated contracting officer. The contractors are required to provide comprehensive specifications about the snowmobiles and trailer, confirming they meet the attached requirements. Proposals must include registration details including the Unique Entity Identifier (UEI) and compliance with the System for Award Management (SAM). Additionally, several federal regulations and clauses, specifically related to telecommunications and service standards, apply to this solicitation. The evaluation process emphasizes best value for the government, factoring in price and technical acceptability. Compliance with recent executive orders concerning environmental considerations is also mandated. This solicitation is a formal step in ensuring that the National Park Service receives appropriate commercial supplies while fostering small business participation and compliance with federal procurement regulations.
    The Apostle Islands National Lakeshore, managed by the National Park Service, is seeking proposals for the procurement of two snowmobiles and an enclosed trailer to enhance winter operations. The primary use will be for Law Enforcement, Search and Rescue, and Emergency Medical Services, ensuring equipment reliability for an increasing visitor count exceeding 100,000 to the Mainland Ice Cave. The document outlines specific requirements for the snowmobiles, including dimensions, engine specifications, and essential accessories, along with trailer capacities and structural specifications. Each bid must include manufacturer specification sheets and guarantee a minimum one-year warranty. Delivery is expected within 365 days after contract award and must be coordinated with the park. The aim is to replace current outdated equipment, which exceeds 20 years in service, improving operational safety and efficiency in park management during the winter season. This RFP exemplifies a federal initiative to enhance public service capabilities through updated equipment procurement.
    The Apostle Islands National Lakeshore in Bayfield, Wisconsin, is seeking proposals for the procurement of two snowmobiles and a trailer, essential for law enforcement and emergency services during winter operations. The snowmobiles, specifically the Ski Doo Skandic LE model, must meet detailed specifications, including off-trail performance capabilities, cargo and towing capacities, and specific engine requirements, ensuring they are fit for Search and Rescue and Emergency Medical Services missions. The trailer specifications are based on the Triton Enclosed Cargo TC128, requiring a robust aluminum construction with ample space for the two snowmobiles and various operational features. The document outlines strict guidelines for manufacturer specifications, warranty requirements, and delivery logistics, including advance arrangements with the park. The purchase is necessary to replace outdated equipment that is over 20 years old, ensuring operational reliability for a significant influx of visitors during the ice cave season. This initiative reflects the National Park Service's commitment to maintaining safety and preparedness in park operations.
    Lifecycle
    Title
    Type
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Polaris Snowmobile Sierra NF
    Agriculture, Department Of
    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.
    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.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    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.
    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.
    MN VALLEY DEBRIS BLOWER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the procurement of a debris blower for the Minnesota Valley National Wildlife Refuge. The required debris blower must feature a 24.6 hp gas engine, a high-efficiency axial flow fan, and a handheld wireless RF controller, among other specifications, with a delivery date set for March 1, 2026. This equipment is crucial for maintaining the refuge's landscape and ensuring the health of its ecosystems. Interested small businesses must submit their quotations by December 22, 2025, to Jeremy Riva at jeremyriva@fws.gov, with the award based on best value considerations including specifications compliance, past experience, and price.
    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.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    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 guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    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.