AFO Skid Steer Loader
ID: 140L6324Q0038Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTALASKA STATE OFFICEANCHORAGE, AK, 99513, 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 Bureau of Land Management (BLM), Alaska State Office, is seeking proposals for the procurement of an AFO Skid Steer Loader, specifically designed to meet operational needs in Fairbanks, Alaska. The required skid steer loader must adhere to detailed specifications, including a minimum of 90 horsepower, high flow hydraulics, and an operating capacity capable of lifting 4,960 pounds, among other features. This procurement is significant for enhancing the BLM's operational capabilities in managing land resources effectively. Interested small businesses must submit their quotes by September 9, 2024, and can find the solicitation package available on SAM.gov starting August 27, 2024. For further inquiries, potential bidders can contact Kristina Maldonado at kmaldona@blm.gov or by phone at 907-271-3208.

    Point(s) of Contact
    Maldonado, Kristina
    (907) 271-3208
    (907) 271-4595
    kmaldona@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) in Alaska has issued a solicitation for the procurement of a skid steer loader with specific technical specifications. The equipment must feature a 17.7-inch rubber track width, high flow hydraulics with a minimum capacity of 35 gallons per minute, and joystick controls. It should have at least 90 horsepower from a turbocharged diesel engine, maintain maximum ground pressure of 4.5 psi, and come with a 40-gallon fuel tank. Additionally, the loader should have an operating weight of at least 10,500 pounds and an operating capacity capable of lifting 4,960 pounds at a 50% tipping ratio. Key features include a cab heater, two-speed travel, enclosed HVAC cab, forestry package for enhanced protection, and a liquid-cooled engine. Furthermore, it is required to possess a sound system, engine block heater, quick couplers at 3,500 psi, and a hydraulic implement attachment system. This detailed specification aims to guide vendors in providing appropriate equipment to meet BLM's operational needs in Alaska.
    The document outlines a Request for Proposal (RFP) for the Bureau of Land Management (BLM) Alaska, specifically solicitation number 140L6324Q0038. It is primarily focused on procuring an AFO Skid Steer Loader and details specifications and requirements for bidders. The RFP is set aside for small businesses, encouraging quotes to be submitted via email or in person during specified hours. The document includes essential administrative details, such as payment terms, solicitation method, contractor evaluation criteria, and clauses incorporated by reference that govern contract execution. It emphasizes compliance with various federal regulations and forms, including systems for award management and invoicing requirements. Bidders are instructed to ensure proper registration in federal databases and to adhere to guidelines regarding small business classifications. The firm deadline for quote submission is noted, along with key terms about delivery and payment. Overall, the RFP demonstrates the federal government's commitment to enhancing contract opportunities for small businesses while ensuring adherence to procurement regulations.
    Lifecycle
    Title
    Type
    AFO Skid Steer Loader
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    673 LRS Toolcat Bobcat
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide a Bobcat Toolcat Utility Work Machine, along with necessary attachments, for operations at Joint Base Elmendorf-Richardson (JBER) in Alaska. The procurement includes a machine with a minimum 60-horsepower engine, all-wheel power steering, and a cargo bed capacity of at least 2,000 lbs, essential for supporting aircraft operations through snow removal and material handling. This acquisition is critical for maintaining operational readiness and efficiency at the base, with a delivery deadline set for December 31, 2024. Interested vendors should submit their quotes, including pricing and technical compliance, to Joseph Ford at joseph.ford.21@us.af.mil or Beau Burton at beau.burton@us.af.mil, ensuring adherence to federal acquisition regulations.
    Tractor Trailer for Snow Removal and Mowing
    Active
    Dept Of Defense
    The Department of Defense, through the Army's Regional Contracting Office in Alaska, is soliciting proposals for a tractor trailer designed for snow removal and mowing operations at Joint Base Elmendorf-Richardson (JBER). The procurement requires a vehicle with specific capabilities, including a minimum weight of 3,500 lbs, a lift capacity of at least 2,000 lbs, a 4x4 drivetrain, and the ability to clear snow depths of at least 12 inches while mowing up to 10 acres of unimproved terrain. This equipment is crucial for maintaining operational readiness and effective land management in the challenging Alaskan winter climate. Interested vendors must submit their proposals by 12 PM Alaska Time on September 17, 2024, and can direct inquiries to Tina Persinger Horrocks at tina.d.persingerhorrocks.civ@army.mil or by phone at 907-353-6927.
    FDO HAZARDOUS FUELS REMOVAL EQUIPMENT RENTAL
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to rent various skid steer attachments for fire and fuels vegetation management in San Juan County, New Mexico. This procurement involves a non-personnel services contract for the rental of equipment, with a base period of 12 months and four one-year option periods, commencing on October 1, 2024. The rental services are critical for effective resource management and compliance with safety and environmental regulations. Interested contractors must submit their quotes by September 23, 2024, by 4:00 p.m. Mountain Time, to Audrey Whetham at awhetham@blm.gov, and must be registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) and CAGE code.
    212 RQS - Snowmachines
    Active
    Dept Of Defense
    The Department of Defense, through the Army's 176th MSG/MSC, is seeking proposals from qualified small businesses for the procurement of snowmachines, specifically Ski-Doo's Skandic LE and Lynx's Brutal RE, for use at Joint Base Elmendorf-Richardson in Alaska. The solicitation includes specific technical requirements for the snowmachines and emphasizes that all items can be "brand name or equal," allowing for competitive bidding. This procurement is crucial for ensuring operational readiness in snowy conditions, and proposals will be evaluated based on technical acceptability, price, and past performance. Interested vendors must submit their proposals by September 18, 2024, at 10:00 a.m. Alaska Time, and can direct inquiries to SMSgt Zachary Gowin at zachary.gowin.2@us.af.mil or by phone at 907-551-0246.
    BACKHOE LOADER
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking proposals for the procurement of a Backhoe Loader to enhance operational efficiency for the Western Navajo Branch of Transportation in Tuba City, Arizona. The required specifications include an engine output of 115 hp, compliance with Tier 4 Final emission standards, and various attachments such as a heavy-duty backhoe bucket and a general-purpose loader bucket. This procurement is part of the federal government's initiative to support infrastructure development within Native American communities, with a focus on promoting economic opportunities for Indian Small Business Economic Enterprises. Interested vendors must submit their quotes by 3:00 p.m. MDT on September 16, 2024, and can direct inquiries to Elsie Begay at 505-863-8226.
    Engine repair for John Deere 2154D Excavator
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified contractors to provide engine repair services for a John Deere 2154D excavator that has experienced coolant mixing with oil. The scope of work includes removing hydraulic pumps and fan assembly, cleaning the radiator, and installing new parts into the engine assembly, as detailed in Request for Quotation (RFQ) 140L1224Q0082. This procurement is critical for maintaining operational efficiency and safety in BLM's equipment fleet. Interested vendors must submit their firm, fixed-price quotes via email by September 17, 2024, and ensure compliance with federal contracting regulations, including active registration in the System for Award Management (SAM). For further inquiries, contact Michael Anson at manson@blm.gov or call 279-977-3565.
    F--Exclusive Use Fixed Wing Single Engine Scooper Services
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is preparing to issue a presolicitation notice for Exclusive Use Fixed Wing Single Engine Scooper Services based at Fort Wainwright, Fairbanks, Alaska. The BLM requires four contractor-operated amphibious water-scooping aircraft that meet specific criteria, including a minimum tank capacity of 800 gallons and the capability to operate from remote gravel runways. These services are crucial for the BLM's Aviation Fire Service (AFS) to effectively manage fire suppression efforts during the fire season, which runs from May 20 to August 2 each year. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) arrangement lasting five years, with the solicitation expected to be issued around September 23, 2024. Interested contractors should contact Heather Sizick at heathersizick@ibc.doi.gov for further information.
    IL-CRAB ORCHARD NWR- BIL FIRE CTL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified vendors to provide a Compact Track Loader for the Crab Orchard National Wildlife Refuge as part of a combined synopsis/solicitation. The procurement requires a loader with specific capabilities, including a minimum engine power of 89 hp, a rated operating capacity of 3,100-3,500 lbs, and features such as high-flow hydraulics, safety systems, and compliance with U.S. EPA emission standards. This equipment is crucial for effective fire control and land management within the refuge, ensuring operational efficiency and safety. Interested parties must submit their quotes by September 19, 2024, and can direct inquiries to Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
    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.
    J--I-421756 CAT D6RII XL REPAIR
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals from certified small businesses for the repair of a Caterpillar D6RII XL Dozer, with the work to be performed at a contractor-owned facility within 30 miles of Rock Springs, Wyoming. The contractor will be responsible for replacing specific components, including two HDXL Link Assemblies and associated parts, ensuring compliance with safety and operational standards. This procurement reflects the government's commitment to maintaining its equipment and supporting small businesses in federal contracting. Interested contractors must submit their proposals by September 18, 2024, and direct any questions to Contract Officer Antoinette Nelson via email by September 16, 2024.