Low Speed Utility Vehicle - Minot AFB
ID: FA4528-25-Q-TB04Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4528 5 CONSMINOT AFB, ND, 58705, USA

NAICS

Motorcycle, ATV, and All Other Motor Vehicle Dealers (441227)

PSC

GROUND EFFECT VEHICLES (2305)

Set Aside

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

    The Department of Defense, specifically the 5th Contracting Squadron at Minot Air Force Base, is seeking proposals for the procurement of a Low Speed Utility Vehicle (LSV) designed for year-round operation, particularly for snow removal in harsh North Dakota winters. The vehicle must feature a fully enclosed, weatherproof cab with a high-quality HVAC system, accommodate at least two passengers comfortably, and include specific attachments as outlined in the solicitation documents. This procurement is critical for ensuring operational efficiency and safety in extreme weather conditions, emphasizing the need for reliable and robust vehicles. Interested vendors should note that funds are not currently available for this effort, and the solicitation may be canceled at the government's discretion. For inquiries, contact SSgt Timothy Bello at timothy.bello@us.af.mil or SrA Jalen Dillard at Jalen.Dillard.1@us.af.mil, with a deadline for questions set for March 28, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document encountered is not accessible and appears to be a compatibility issue with the PDF viewer, preventing any extraction of its content. Therefore, there are no details available regarding RFPs, federal grants, or local initiatives contained within the file. Typically, such documents outline various government funding opportunities and proposals available for federal, state, and local entities. These files usually include critical information on eligibility criteria, application processes, key deadlines, and funding priorities. They serve as significant resources for organizations seeking financial assistance in project development across various sectors, emphasizing compliance with regulatory standards. In the absence of detailed content, a comprehensive summary or analysis cannot be constructed.
    The document FA4528-25-Q-TB04 is a Q&A regarding the procurement specifications for a Low Speed Utility Vehicle as part of a federal Request for Proposal (RFP). A specific inquiry addresses the preference between hydraulic and manual winch and plow angle options. The response confirms that the government’s requirements are adequately met with the manual angle option, indicating a preference for simplicity and cost-effectiveness. The exchange highlights key considerations in government procurement processes, including adherence to specifications and operational needs. The overall purpose of the document is to clarify equipment specifications to ensure procurement aligns with the federal agency’s operational requirements, thereby facilitating an efficient bidding process from vendors.
    The document is a Single Source Justification for the acquisition of a Light Service Vehicle (LSV) by the 5th Contracting Squadron at Minot AFB, ND. It outlines the necessity for a weatherproof vehicle that can effectively operate during harsh winters, particularly emphasizing the need for robust construction and a reliable HVAC system. The justification states that only Can-Am and Polaris LSVs consistently meet the required quality and performance standards for safe operation in the specific environment, dismissing alternatives such as Kubota and Honda due to inadequate build quality and performance deficiencies. To enhance future procurement competition, the squadron commits to actively researching new suppliers and engaging vendors to meet evolving needs. The contracting officer, Jalen T. Dillard, confirms that the circumstances justify a single source acquisition per federal regulations. Overall, this document highlights the importance of quality and reliability in vehicle procurement for specialized military operations.
    The document is currently inaccessible due to a PDF viewer issue and does not contain any substantive information regarding federal government RFPs, grants, or state/local procurements. The message suggests upgrading to an appropriate version of Adobe Reader, indicating that the contents of the document are not displayed. This situation prevents any analysis of key topics, ideas, or structural elements that would typically be derived from a government file related to RFPs and grants. Thus, without access to the document’s content, a summary that captures its essence or purpose cannot be constructed. Further attempts to obtain the document’s proper format are necessary to fulfill the task.
    The document outlines a request for proposals (RFP) for a low-speed All-Terrain Vehicle (ATV) or utility vehicle, specifically from the brands CAN-AM or Polaris. The specifications for the vehicle include a full cab, heating, ventilation, and air conditioning (HVAC), seating capacity for four to six passengers, and features for plowing or winching. Additionally, the vehicle must be equipped with a street-legal kit that includes a horn, blinkers, and wipers. This RFP highlights the federal and local government's need for versatile utility vehicles capable of handling various tasks while ensuring compliance with legal requirements for operation on public roads. The specifications emphasize functionality, safety, and passenger capacity.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    11-1 Ton Dually Pickup Trucks with studded tires
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of 11-1 Ton Dually Pickup Trucks equipped with studded tires for use at Fort Carson, Colorado. The requirements include vehicles that can seat at least five personnel, feature an automatic transmission, and have a 6.7L Turbo Diesel engine or equivalent, with a towing capacity of 25,000 lbs. These trucks must be no more than three years old, have fewer than 50,000 miles, and be delivered by January 5, 2026, with a turn-in date of April 2, 2026. Interested parties should submit their responses via email to George Hargis at George.e.Hargis.civ@army.mil by December 15, 2025, as this notice is a sources sought announcement and not a formal solicitation.
    SOFAM NTV Rental
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the rental of non-tactical vehicles to support the Special Operations Forces Arctic Medic (SOFAM) exercise in Fairbanks, Alaska, scheduled from January 9 to January 28, 2026. The contractor is required to provide a total of 26 vehicles, including 18 sport utility vehicles (SUVs), 5 trucks, 2 15-passenger vans, and 1 cargo van, all of which must be 4-wheel or all-wheel drive and equipped with winter kits and traction devices. This procurement is critical for ensuring adequate ground transportation for personnel, equipment, and supplies during the exercise, with strict adherence to performance standards outlined in the Performance Work Statement (PWS). Interested vendors must submit their proposals by 5:00 PM Eastern Standard Time on December 19, 2025, and direct any inquiries to SSG Tyler Cooper at tyler.j.cooper.mil@socom.mil or SSG John Miceli at john.p.miceli.mil@socom.mil, with all questions due by 11:00 AM Eastern Standard Time on December 15, 2025.
    Revised - NEW DOOSAN BOBCAT BC30S-7 36V ELECTRIC 6,000 LB. CAPACITY FORKLIFT Robins AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of one new Doosan Bobcat BC30S-7 36V electric forklift with a 6,000 lb. capacity, to be delivered to Robins Air Force Base in Georgia. The procurement requires specific configurations, including a UL Rated Type EE, oil-cooled disc brakes, a two-stage standard wide-view mast, and a 36 Volt, 1190 AH battery with a three-phase, 480V charger, along with a warranty covering both standard and powertrain components. This forklift is essential for operational efficiency at the base, and the delivery is expected within 180 days after award. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Margaret Gaskill or Valerie Evans via email for further information.
    Snow Removal Equipment Rental for Fort Wainwright, Alaska
    Dept Of Defense
    The Department of Defense is soliciting quotes for the rental of snow removal equipment, specifically two All-Wheel Drive Motor Graders and two Wheel Loaders, to be delivered to Fort Wainwright, Alaska. The procurement aims to support snow removal operations in the Ft. Wainwright Training Areas from January 12, 2026, to February 22, 2026, requiring contractors to provide all necessary personnel, equipment, supplies, and services, including maintenance and compliance with federal and military regulations. Interested small businesses must submit their quotes, including pricing and equipment specifications, by December 15, 2025, with questions due by December 8, 2025; all submissions must comply with SAM registration and various FAR and DFARS provisions. For further inquiries, potential offerors can contact SSG Eric Kim at eric.k.kim.mil@army.mil or MAJ Molly Libowski at molly.a.libowski.mil@army.mil.
    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.
    25--WINTERIZATION KIT,V
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Winterization Kit, specifically NSN 2540013140142. The requirement includes two lines: five units of the kit to be delivered to DLA Distribution Red River within 192 days after order and one additional unit to be delivered within 60 days after order. These winterization kits are crucial for ensuring the operational readiness of vehicular equipment in cold weather conditions. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. This opportunity is set aside for small businesses under the SBA guidelines, and all responsible sources may participate in the bidding process.
    Vehicles Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.
    2510--UTV-Mini Ambulance
    Veterans Affairs, Department Of
    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.
    25--MOTOR,WINDSHIELD WI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 94 units of the windshield motor (NSN 2540015679377). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $250,000, and an estimated seven orders per year, with a guaranteed minimum of 14 units. The windshield motor is a critical component for vehicular equipment, ensuring operational readiness for military vehicles. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.