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
    7A--Cadastral Survey Carlson Software
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) Alaska State Office is seeking proposals for the acquisition of Carlson brand name or equal software, specifically designed for civil, GIS, and survey applications. This procurement is necessitated by the obsolescence of existing software used for cadastral surveys, and the BLM has determined that Carlson's software uniquely meets its specific operational requirements. The contract, valued at approximately $106,837.50 for 37 units, will run from October 1, 2024, to September 30, 2025, with a focus on promoting participation from small, service-disabled veteran-owned, and women-owned businesses. Interested vendors should contact Kristina Maldonado at kmaldona@blm.gov or call 907-271-3208 for further details and to ensure compliance with submission guidelines.
    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.
    BOBCAT SKID STEER LOADERS MODELS S66 and T66
    Active
    Energy, Department Of
    The Department of Energy is seeking qualified vendors to provide Bobcat Skid Steer Loaders, specifically models S66 and T66, for the Western Desert Southwest Region. This procurement is set aside for small businesses and aims to acquire brand-name equipment essential for various operational tasks within the department. The loaders will play a crucial role in enhancing efficiency and productivity in field operations. Interested parties can reach out to Georgette Flores Reyes-Wiltz at reyeswiltz@wapa.gov or call 602-605-2652 for further details regarding the solicitation process.
    45K Reversible Snowplow w/underbody Scraper and Snow Broom Dedicated (Vehicle) w/Air Blast
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Garrison Alaska, is soliciting quotes for the procurement of a 45K reversible snowplow with an underbody scraper and a dedicated snow broom vehicle with air blast capabilities for use at Fort Wainwright Airfield. These specialized pieces of snow removal equipment are essential for maintaining operational safety and efficiency during extreme winter conditions, particularly for Grey Eagle operations, and must comply with stringent performance standards. Interested vendors are required to submit complete quotes electronically by September 19, 2024, addressing technical capabilities and pricing, with the goal of awarding a Firm-Fixed-Price contract. For further inquiries, potential offerors can contact Richard Smith at richard.f.smith3.civ@army.mil or Sharond Holloman at sharon.r.holloman.mil@army.mil.
    Exclusive Use Fixed Wing Single Engine Scooper Ser
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management (BLM), is seeking proposals for exclusive use of fixed-wing single-engine amphibious water-scooping aircraft to support fire suppression operations at Fort Wainwright, Fairbanks, Alaska. The procurement aims to secure four contractor-operated and maintained aircraft, which must meet specific FAA airworthiness criteria, including a tank capacity of 800 US gallons and the capability to operate from gravel runways. This contract is crucial for ensuring effective fire management during the fire season, with services anticipated to be required annually from May 20 to August 2, following a five-year ordering period starting April 1, 2025. Interested bidders should note that the solicitation is expected to be issued around September 23, 2024, and can contact Heather Sizick at heathersizick@ibc.doi.gov for further inquiries.
    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.
    Riding Snow Removal Machine
    Active
    Dept Of Defense
    The Department of Defense, specifically the Montana Air National Guard, is seeking quotes from small businesses for the procurement of a snow removal machine, as outlined in their Request For Quote (RFQ) W50S7L-24-Q-0011. The required machine must meet specific characteristics, including a maximum wheelbase of 46 inches, a weight limit of 1800 lbs, a minimum 30HP engine, and must include an enclosed heated cab along with various attachments for snow removal. This procurement is crucial for maintaining operational readiness in snowy conditions and emphasizes the government's commitment to engaging small businesses in fulfilling its needs. Quotes are due by September 27, 2024, and interested parties should direct inquiries to MSgt Anthony Barille at anthony.barille@us.af.mil or by phone at 406-791-0246.
    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.