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, through the U.S. Army Corps of Engineers, is soliciting bids for the purchase of new construction equipment, specifically a Tier 4, 74 HP Skid Steer and a Tier 4, 105 HP Track Loader, along with the trade-in of an existing Bobcat T870. The procurement aims to enhance operational capabilities by acquiring modern machinery while facilitating the trade-in process to optimize costs. This opportunity is particularly significant for small businesses, as it is set aside under the Total Small Business Set-Aside program, with a NAICS code of 333120 for Construction Machinery Manufacturing. Interested vendors must submit their quotations by September 19, 2024, at 10:00 AM CDT, and can direct inquiries to Christopher McCabe or Ryan R. Larrison via their provided email addresses.
    SAMA-SAIR: REPLACE UTILITY EQUIPMENT
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking proposals for the procurement of a Bobcat Toolcat UW56 utility vehicle, along with an optional 72" hydraulic mower deck, to replace an existing work utility vehicle at the Saugus Iron Works and Salem Maritime National Historic Sites. The vehicle must meet specific requirements, including a 2-seat cab, front-end hydraulic lift, dump bed, and various safety features, ensuring operational efficiency and safety standards within the park services. Interested vendors should note that quotes must be submitted electronically by September 20, 2024, with the contract period of performance running from October 25, 2024, to December 20, 2024. For further inquiries, contact Capreece Dunklin at capreecedunklin@contractor.nps.gov.
    Mini Excavator for Plumas National Forest
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the procurement of a Mini Excavator weighing no more than 4,500 lbs for use in the Plumas National Forest. The requirements include specific attachments such as a 10” bucket, thumb, and a 9” auger, which are essential for forestry operations. This procurement reflects the government's commitment to enhancing its equipment capabilities while promoting small business participation, as the solicitation is set aside for small businesses under the NAICS code 336991. Interested parties must submit their proposals, including technical and price details, by September 23, 2024, and can direct inquiries to Aileen Fleming at aileen.fleming@usda.gov.
    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.
    AZ-LAKE HAVASU RFGS-FIRE-RESTORATION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for a contract to assist with fire restoration efforts at the Lake Havasu National Wildlife Refuge Complex in Arizona. The primary objective is to procure a work crew to plant native trees and control invasive species, with the project scheduled to take place over four weeks between January and April 2025. This initiative is crucial for ecological restoration and habitat preservation within the refuge, aligning with federal guidelines for environmental management. Interested contractors must submit their quotations by September 24, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
    J--Fire Engine Motor Replacement-Desert NWR, NV
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the replacement of the motor on fire engine 8262, a 2016 Ford F550, at the Desert National Wildlife Refuge in Nevada. The urgency of this procurement arises from the critical need for the fire engine to be operational for emergency response, particularly with the upcoming fire season. Rush Truck Centers has been identified as the only local vendor capable of performing the necessary repairs in a timely manner, as they have already begun troubleshooting the engine and possess certified Ford ASE mechanics. Interested parties may submit capability statements to Darla Freyholtz Ballard at darlafreyholtzballard@fws.gov within ten calendar days of this notice, with the contract period of performance set from September 20, 2024, to November 1, 2024.
    Manti-LaSal National Forest, Ferron Ranger District Mini Excavator With Attachments Combined Synopsis_RFQ
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), Forest Service, is seeking quotes from qualified small businesses for the procurement of a mini excavator with specific attachments for the Manti-LaSal National Forest, Ferron Ranger District in Utah. The required mini excavator must include features such as a roll-over protection system, an enclosed cab, and attachments like a hydraulic rock breaker and auger, with delivery expected by March 1, 2025. This procurement is essential for enhancing operational efficiency in forest management and maintenance activities. Interested vendors must submit their quotes by September 20, 2024, and can direct inquiries to Whit Fausett at arlen.fausett@usda.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.