WALK AND ROLL GRADER ATTACHMENT
ID: 140L4325Q0080Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTOREGON STATE OFFICEPORTLAND, OR, 97204, USA

NAICS

Construction Machinery Manufacturing (333120)

PSC

EARTH MOVING AND EXCAVATING EQUIPMENT (3805)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Land Management's Oregon State Office, is soliciting proposals for a Walk and Roll Grader Attachment to enhance road maintenance efficiency in the Burns District. This attachment, designed to be towed behind a John Deere Motor Grader 672G, is essential for compacting loose gravel, thereby improving road durability and reducing maintenance costs. The procurement emphasizes a total small business set-aside and requires compliance with federal regulations, with proposals evaluated based on technical approach and pricing. Interested vendors must submit their proposals electronically by the specified deadline, with a required delivery date set for October 20, 2025. For further inquiries, contact Benjamin Becker at babecker@blm.gov or call 503-808-6545.

    Point(s) of Contact
    Files
    Title
    Posted
    The Burns District requires a Walk and Roll Motor Grader Attachment to enhance road maintenance efficiency. This attachment, designed to be towed behind a John Deere Motor Grader 672G, will effectively compact loose gravel, resulting in longer-lasting road surfaces and reduced blading frequency, thus saving the district funds. Key specifications include a minimum width of 90 inches, quick attachment capabilities, articulation for sharp corners, oscillation for maintaining road crown integrity, and a towing hitch for safe transport of a pickup truck. The document outlines the necessity for this equipment to improve the durability of district roads, showcasing its potential impact on operational costs while detailing required features for optimal functionality.
    The document outlines a formal solicitation, identified as Solicitation No. 140L4325Q0080, for a firm fixed price contract to procure a Walk and Roll Motor Attachment intended for road maintenance within the Bureau of Land Management's Burns District in Oregon. The required delivery date is set for October 20, 2025. This solicitation adheres to the Federal Acquisition Regulation format and emphasizes a small business set-aside. Key evaluation criteria for proposals include technical approach and pricing. The attachment specifications include necessary width, articulation, oscillation capabilities, and a towing hitch, among other requirements. The bidding process mandates electronic submission of proposals, with detailed terms and conditions concerning contract administration, inspection, payment processing, and termination clauses. Furthermore, the document also mentions compliance with various regulations and statutes applicable to federal contracts. Overall, it emphasizes the importance of conforming to government standards for procurement and ensures that all responses meet set criteria for technical performance and cost-effectiveness.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the OR FS DSHUT601 60(1) Road 60 Improvements project, located approximately 14 miles west of Gilchrist, Oregon. This project involves grinding, paving, and striping approximately 1.02 miles of roadway, with an estimated cost between $700,000 and $2,000,000, and a tentative completion date set for Summer 2026. The improvements are crucial for enhancing road safety and infrastructure in the area, and the contract will be awarded as a sealed bid, firm-fixed-price arrangement. Interested vendors should register on SAM.gov to receive notifications about the solicitation documents, which are expected to be released in early 2026, and can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further inquiries.
    Deschutes NF - West Bend Rock Road Closure
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for the West Bend Rock Road Closure project on the Deschutes National Forest, located in Bend, Oregon. The primary objective of this procurement is to decommission and close roads to improve wildlife habitat by reducing open road densities, which will enhance habitat quality and connectivity. This project involves road obliteration and entry management treatments, including subsoiling and constructing barriers to prevent vehicle access, and is set aside for total small business participation. Interested contractors must submit their price quotes and necessary certifications by January 7, 2026, at 4:30 PM PT to Andrea Pollock at andrea.pollock@usda.gov, with the contract expected to be awarded based solely on price, and work completion anticipated by December 1, 2026.
    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.
    Wallowa Whitman National Forest Snow Park Snow Plowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors to provide snow plowing services for the Wallowa-Whitman National Forest Sno-Parks located in Baker City, Oregon. The contract, identified as RFQ 1240BE26Q0014, is structured as an Indefinite Delivery/Indefinite Quantity with Firm Fixed Price CLIN, covering a base year from November 20, 2025, to September 30, 2026, along with five optional renewal years. These Sno-Parks serve as critical access points for winter recreation and special use operations, necessitating timely snow removal to ensure safety and accessibility for the public. Proposals must be submitted via email by 4:30 PM PST on December 22, 2025, and should include a technical quote, price quote, and necessary certifications, as the government intends to award the contract based on these submissions without further discussions. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov for additional information.
    1240BE25Q0089_Aggregate Supply_Notice of Intent to Award Single Source
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, intends to award a single-source contract to Knife River, Inc. for the supply of 8,250 tons of Commercial Grade (Reject) Aggregate. This procurement aims to furnish aggregate materials on an as-needed basis from February 1, 2026, to November 30, 2026, with the materials to be loaded into Forest Service dump trucks at the supplier's location in Central Oregon. The aggregate is critical for various construction and maintenance projects within the Deschutes National Forest and surrounding areas, ensuring compliance with specific quality standards, including a requirement for no less than 16% passing the 200 Sieve. Interested vendors must submit their quotations by September 22, 2025, at 2 PM PST, via email to Karen Weaver at karen.weaver@usda.gov, and must have an active registration in the System for Award Management (SAM).
    John Day Transportation and Site Access
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    Vehicular Track Tension Device
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of six Vehicular Track Tension Devices, identified by NSN 2530-01-601-6921 and part number 9243393, manufactured by John Deere Shared Services, LLC. This opportunity is a total small business set-aside, requiring bidders to submit offers for the complete quantity, with the intention of awarding a firm-fixed-price contract. The devices are critical components for vehicular systems, and delivery is expected within 120 days post-award to DLA Distribution Red River in Texarkana, Texas. Interested parties must submit their proposals electronically by December 19, 2025, at 5:00 PM EST, and can direct inquiries to Junae Tabb at Junae.Tabb@dla.mil or by phone at 385-591-2861.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    Single Drum Roller
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Single Drum Roller, as outlined in a Combined Synopsis/Solicitation notice. This equipment is essential for construction and material handling operations, particularly in military settings, and falls under the NAICS code 333120 for Construction Machinery Manufacturing. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further inquiries, potential bidders can contact Christopher Barlow at christopher.l.barlow.civ@army.mil or by phone at 573-596-2457, or reach out to James Ferraro at james.a.ferraro.civ@army.mil or 573-563-2910.