38--MN RICE LAKE NWR - COMPACT TRACK LOADER Purchase
ID: 140FS224Q0282Type: Solicitation
Overview

Buyer

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

NAICS

Construction Machinery Manufacturing (333120)

PSC

EARTH MOVING AND EXCAVATING EQUIPMENT (3805)
Timeline
    Description

    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking bids for the purchase of a Compact Track Loader for the MN Rice Lake National Wildlife Refuge, with the delivery address changed to Savanna NWR in Thomson, Illinois. The procurement aims to enhance operational capabilities at the wildlife refuge, requiring a loader that meets specific performance criteria, including a minimum engine power of 89 horsepower and a weight capacity of 3,100 to 3,500 pounds, while adhering to U.S. EPA emissions standards and safety regulations. Interested vendors must submit their quotes by September 11, 2024, with the contract performance period set from September 16, 2024, to March 31, 2025. For further inquiries, potential bidders can contact Dana Arnold at dana_arnold@fws.gov or call 571-547-3405.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the response of a vendor regarding a Request for Proposal (RFP) for a rubber tracked compact loader, detailing both basic and expanded specifications required for the machine. Key requirements include a minimum engine net power of 89 horsepower, ground clearance of at least 8 inches, and a rated operating capacity between 3,100 to 3,500 pounds. The loader must feature an enclosed, climate-controlled cab, joystick control, and high-flow hydraulics, among other safety and operational specifications. Expanded features integral to the proposal include a forestry package, various hydraulics and steering systems, and electrical components such as a back-up alarm and battery specifications. The loader design emphasizes safety, compliance with U.S. EPA engine emission standards, serviceability, and low operating costs, featuring easily accessible maintenance points and an internal remote monitoring system. The document also indicates the machine's compliance options and requirements for a fire extinguisher, highlighting the vendor's commitment to industry standards and operational safety. Overall, this vendor response serves to propose a machine meeting the federal and local government standards outlined in the RFP, while ensuring functionality and serviceability for operation in forestry applications.
    The document outlines the specifications and requirements for a Rubber Tracked Compact Loader intended for delivery to the Crab Orchard National Wildlife Refuge in Marion, IL. It details critical performance criteria, including a minimum engine power of 89hp, a weight capacity of 3100-3500 lbs, and essential operational features such as climate-controlled cabins, joystick controls, high-flow hydraulics, and safety requirements. The specifications emphasize compliance with U.S. EPA emissions standards, various attachment capabilities, and maintenance considerations, including easily accessible service points and environmental protection features. The document also highlights safety features such as an enclosed cab with ROPS protection, backup alarms, and the provision of a fire extinguisher. This summary encapsulates the stringent requirements set forth in government RFPs for heavy machinery purchases, ensuring that the equipment meets operational and safety standards while enhancing operational efficiency. The overall objective is to secure a reliable loader that satisfies federal regulatory standards while supporting the refuge's operational needs.
    The document outlines requirements for submitting past experience and references for consideration in response to a government solicitation. It mandates that all quoters provide details of up to three relevant contracts, including the type of work, contract numbers, total values, agencies served, and key contacts for verification purposes. Each experience entry requires specifics regarding the duration of work and a brief description of the duties performed. The submission must be directed to Dana Arnold via email by the specified deadline. This framework is essential for evaluating a quoter’s past performance and capability to fulfill the proposed work's requirements. By gathering detailed past contract information, the government aims to ensure that potential contractors possess the necessary skills and experience pertinent to the services they seek to procure. The emphasis on references and detailed accounts underscores the importance of proven competence in the federal contracting process.
    The document pertains to an amendment of solicitation number 140FS224Q0282, relating specifically to a contract for a Compact Track Loader intended for the MN Rice Lake National Wildlife Refuge. The amendment modifies the delivery address to Savanna NWR in Thomson, IL, and extends the due date for bids from September 3, 2024, to September 11, 2024. Additionally, it alters the project's start date from September 6, 2024, to September 16, 2024, reflecting a change in the Contracting Officer from Caleb Kindsvater to Dana Arnold. The terms of performance are set from September 16, 2024, to March 31, 2025, and bidders are requested to indicate estimated delivery dates along with the country of origin for the loader. The relevance of this amendment lies within the context of federal procurement processes, ensuring compliance with contracting regulations while facilitating procurement of necessary equipment for wildlife management objectives. The document confirms all other terms remain unchanged.
    The document outlines a Request for Proposal (RFP) for the acquisition of a Compact Track Loader for the MN Rice Lake National Wildlife Refuge under solicitation number 140FS224Q0282. The RFP is administered by the U.S. Fish and Wildlife Service, with the offer due by September 3, 2024. Interested vendors are required to submit their quotes via email, ensuring all necessary information, including technical specifications and delivery lead times, are included. The evaluation process will focus on the ability to meet technical specifications, lead times, past performance, and price. The document also includes provisions mandated by federal regulations, such as the representation of business size and compliance with national standards, including the Defense Priorities and Allocations System. The RFP emphasizes the importance of supporting documents like past performance references and successful completion of required certifications. Overall, this RFP process is crucial for enhancing operational capabilities at the wildlife refuge while adhering to federal guidelines and promoting small business participation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MN SHERBURNE NWR - Mower with Snow Blower and 6 Tr
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals for the acquisition of a mower with a snow blower attachment, along with the trade-in of six existing pieces of equipment, specifically for the Sherburne National Wildlife Refuge in Princeton, Minnesota. The procurement aims to enhance operational efficiency in wildlife management by replacing outdated equipment that requires maintenance and repairs, as indicated in the associated trade-in forms. This opportunity is particularly significant for small businesses, as it is set aside for total small business participation, and emphasizes the importance of compliance with federal regulations, including registration in the System for Award Management (SAM). Proposals must be submitted via email to Dana Arnold by September 23, 2024, with detailed requirements outlined in the solicitation documents.
    Amphibious ATV for Cache River Arkansas
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the procurement of an amphibious all-terrain vehicle (ATV) to be delivered to the Cache River National Wildlife Refuge in Augusta, Arkansas. The contract requires the delivery of an ARGO Frontier 700 8x8 or an equivalent model, with specific performance specifications including a VX 700 engine, hydraulic brakes, and a load capacity of 840 pounds on land and 740 pounds on water. This procurement is crucial for enhancing operational capabilities within the refuge, ensuring effective management of wildlife and habitat. Interested vendors must submit their proposals, including a completed past performance survey, by the specified deadlines, with the contract period set from October 1, 2024, to May 30, 2025. For further inquiries, potential contractors can contact Jeremy Tyler at jeremytyler@fws.gov or by phone at 413-253-8662.
    SOLICITATION – New Equipment Purchase for ILWW and Lake Red Rock
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the purchase of new construction equipment, including a Tier 4, 74 HP Skid Steer and a Tier 4, 105 HP Track Loader, as part of a procurement initiative for the Illinois Waterway and Lake Red Rock projects. The procurement includes a trade-in option for a used Bobcat T870, allowing bidders to apply a credit towards the purchase of the new equipment. This acquisition is crucial for enhancing operational capabilities and ensuring efficient asset management within government operations. Interested suppliers must submit their quotations via email by the specified deadline, including the solicitation number in the subject line, and are encouraged to direct technical inquiries to the primary contact, Christopher McCabe, at christopher.a.mccabe@usace.army.mil, by September 12, 2024, at 1:00 PM CDT.
    CA-SAN LUIS NWR-UTRIA-WADERS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the procurement of essential equipment for the San Luis National Wildlife Refuge (NWR) in California, specifically targeting the nutriad eradication program. The procurement includes 60 pairs of breathable stockingfoot waders, 46 pairs of rubber sole wading boots, and 60 dry bags, all of which are critical for effective wildlife management in challenging environmental conditions. This opportunity is designated as a total small business set-aside, emphasizing the importance of durability and wearability in the selection criteria, with contract options available for increased supply if necessary. Interested vendors must submit a completed SF-1449 form electronically by September 16, 2024, and can direct inquiries to Kathryn Coltran at kathryncoltran@fws.gov.
    23--OH-OTTAWA NATIONAL WILDLIFE REFUGE - SIDE DUMP TRA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for the procurement of a side dump trailer for the Ottawa National Wildlife Refuge in Oak Harbor, Ohio. This requirement includes a commercial item that must meet specific technical specifications, including a 24-foot material tub with a 20-ton capacity, dual axles, and safety features such as illuminated turn and brake lights. The procurement is a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in federal contracting. Interested vendors must submit their quotes by 10:00 AM MD on September 17, 2024, to Lydia Patrick at lydiapatrick@fws.gov, ensuring they are registered in SAM.gov to be considered for the award.
    WA-SPRING CRK NFH-DE-WATERING & EFFLUENT
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking bids for a federal contract to service and install pumps at the Spring Creek National Fish Hatchery in Washington State. The procurement involves servicing a 30 HP de-watering pump and installing a new 7.5 HP effluent pump, with a focus on ensuring operational efficiency and compliance with federal regulations. This opportunity is particularly significant as it supports the maintenance of vital hatchery services, which are crucial for the management of fishery resources. Interested small businesses must submit their quotes electronically by September 19, 2024, with the contract performance period running from September 23, 2024, to November 30, 2024. For further inquiries, potential bidders can contact Tanner Frank at tannerfrank@fws.gov.
    ROUGH TERRAIN FORESTRY COMPACT TRACK LOADER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Rough Terrain Forestry Compact Track Loader. This opportunity is categorized as a combined synopsis/solicitation for commercial products or services, aimed at fulfilling the needs for specialized construction machinery. The equipment is essential for various forestry and construction operations, particularly in challenging terrains, enhancing operational efficiency and safety. Interested small businesses are encouraged to submit their proposals, as this procurement is set aside for total small business participation. For further inquiries, potential bidders can contact Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com.
    S--AK-SELAWIK NWR-SNOW REMOVAL SERVICE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking quotations for snow removal services at the Selawik National Wildlife Refuge in Kotzebue, Alaska. The contract will cover a base year with the option for four additional years, focusing on ensuring safe access to facilities by timely snow clearing during designated snowfall periods from October 2024 to May 2025. This service is crucial for maintaining operational continuity and safety at government facilities, emphasizing the use of eco-friendly de-icing materials and adherence to federal labor standards. Interested vendors must submit their quotes by September 19, 2024, and ensure they are registered in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
    PR-CULEBRA NWR-MAINTENANCE WORKER
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide maintenance worker services at the Culebra National Wildlife Refuge (NWR) in Puerto Rico. The contract will cover 832 hours of work over two days each week, focusing on facility upkeep, grounds maintenance, and general support tasks, with a performance period from October 20, 2024, to October 19, 2025, and the possibility of four option years. This initiative is crucial for maintaining the refuge's facilities and ensuring the safety of both visitors and staff, reflecting the government's commitment to wildlife conservation. Interested parties must submit their quotes by September 19, 2024, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
    F--Invasive and Woody Vegetation Herbicide Treatment
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a federal contract focused on invasive and woody vegetation herbicide treatment at two wildlife refuges in Michigan. The project involves aerial herbicide treatment across 1,800 acres at Shiawassee National Wildlife Refuge and 18 acres at Detroit River International Wildlife Refuge, utilizing aquatic-approved glyphosate and crop oil to manage vegetation and support habitat restoration efforts. This contract, identified as Request for Proposal (RFP) Number 140F0S24R0022, is set aside for small businesses, with a performance period from September 23, 2024, to September 22, 2025. Interested bidders must submit their quotations by September 17, 2024, at 1:00 PM Central Time, and can contact Lauretha Randle at LaurethaRandle@fws.gov or by phone at 612-713-5217 for further information.