SOLICITATION – New Equipment Purchase for ILWW and Lake Red Rock
ID: W912EK24R0044Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    This government document consists of a Schedule of Prices for a Request for Proposal (RFP) involving the procurement of heavy machinery, specifically a Tier 4, 74 HP Skid Steer and a Tier 4, 105 HP Track Loader. The proposal includes a trade-in option for a used Bobcat T870, whereby a credit will be applied to the purchase of the track loader. The government reserves the right to award the items listed individually or collectively. The total pricing is calculated to include delivery and associated costs. The document outlines essential pricing structures while ensuring clarity on the trade-in credit's application to the total unit price. The overall purpose of this document is to facilitate transparent bidding for government procurement while ensuring effective use of funds through trade-in credits.
    The document addresses inquiries regarding the equipment specified in Solicitation No. W912EK24R0044, which is a request for proposals concerning the purchase of a skid-steer. Interested bidders can schedule site visits to inspect the machine, which is reported to be in working condition and has 1,542 hours of operation. Although regular maintenance has been conducted, maintenance logs are not provided in the solicitation. The overall condition of the equipment, including any physical imperfections, is documented in Attachment 1, which includes photos for prospective buyers to review. This Q&A document serves to clarify the state of the equipment for potential bidders as part of the broader procurement process within federal RFPs, emphasizing transparency and informed decision-making.
    The document details an amendment to a solicitation by the U.S. Army Corps of Engineers, specifically for the procurement of new equipment and trade-in of a used loader. The amendment outlines responses to late inquiries, an updated Statement of Work, and an extension of the submission deadline to September 19, 2024, at 10:00 AM CDT. The main procurement consists of acquiring a Tier 4, 74 HP skid steer and a Tier 4, 105 HP track loader, with specifications for both pieces of equipment provided in detail. Additionally, a trade-in credit for a used Bobcat T870 is described, with the trade-in occurring after the contract award and delivery of the new equipment. The document specifies delivery locations, points of contact, and requires that quotes include any relevant delivery costs. The basis for contract award will be the lowest priced offer that meets all specifications. This solicitation reflects the Corps' ongoing commitment to maintaining and upgrading their operational capabilities through careful procurement practices, including public engagement and transparency in the bidding process.
    The document is a Request for Quotation (RFQ) issued by the U.S. Army Corps of Engineers, soliciting bids for the purchase of two types of new construction equipment and the trade-in of an existing Bobcat T870. Specifically, the RFQ requests a Tier 4, 74 HP Skid Steer and a Tier 4, 105 HP Track Loader. Suppliers are instructed to complete various forms, including the SF1449 and Offeror Representations and Certifications, and submit their quotations by email, adhering to a specified deadline. The response must include a trade-in credit for the used equipment, with precise conditions for delivery to designated locations in Illinois and Iowa. The document outlines technical specifications for both equipment types, emphasizing performance metrics and required features, as well as conditions involved in the trade-in process. The basis of award will be given to the lowest priced responsible offeror that meets all outlined requirements. The RFQ serves as part of the federal procurement process, aimed at fostering competitiveness and ensuring efficient acquisition practices for government contracts.
    The document pertains to the current photographs of a Bobcat T870 that is slated for trade-in. It indicates that the trade-in process is likely part of a procurement strategy to replace equipment, facilitating upgrades or replacements in operational capabilities. The inclusion of photographs suggests a need for assessment of the current machine's condition and value, potentially relating to an RFP process where visual evidence could play a key role in evaluating bids or trade-in offers. This documentation may be important for establishing the machine’s status, informing decision-making related to the acquisition of new equipment, and ensuring transparency in procurement practices. Overall, the file underscores the significance of careful asset management within government or organizational operations, specifically concerning machinery and equipment trade-ins.
    Lifecycle
    Title
    Type
    Similar Opportunities
    3805--CAT 255 Track Loader
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting a Sources Sought Notice (36C25226Q0142) to identify qualified businesses capable of providing a brand-name or equal CAT 255 Track Loader for the Oscar G. Johnson VA Medical Center in Iron Mountain, MI. The procurement requires a track loader with specific features, including a minimum engine power of 74 HP, an operational weight between 8,500-10,000 lbs, high hydraulic flow of at least 30 GPM, rubber tracks, a lift capacity of 3,500 lbs, and a 66-inch bucket, along with various optional attachments. This equipment is crucial for the VA's operational needs, ensuring efficient earth moving and excavating tasks. Interested parties, particularly Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other small businesses, must submit their company information, business category, capability statement, and manufacturer authorization by December 16, 2025, to Contracting Officer Jennifer Mead at Jennifer.Mead@va.gov or by phone at 414-844-4800.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    FORKLIFT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Hyster H70A Lift Truck with a nominal capacity of 7,000 lbs, as outlined in a Combined Synopsis/Solicitation notice. The lift truck features a Yanmar 2.1L Turbocharged Diesel engine, a three-stage full free lift mast, and various heavy-duty specifications, making it suitable for warehouse operations at Fort Drum, NY. This equipment is critical for enhancing operational efficiency and safety in material handling tasks. Interested small businesses are encouraged to reach out to Robert Leonard at robert.l.leonard111.civ@army.mil or call 706-544-8658 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Heavy Equipment Program - Sweeper and Scrubber Equipment SPE8EC25R0003
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is issuing a solicitation for the Heavy Equipment Program, specifically for sweeper and scrubber equipment under solicitation number SPE8EC25R0003. This opportunity seeks proposals for multiple Indefinite Delivery/Requirements Contracts for new commercial equipment, including utility sweepers, warehouse sweepers, street sweepers, and associated support services for the U.S. Military and other authorized government agencies. The contracts will have a ten-year term with no options, and proposals must be submitted by November 16, 2034, at 4:00 PM EST, with evaluations based on the Lowest Price Technically Acceptable (LPTA) method. Interested vendors can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    CAT Skid Steer Engine Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure a replacement engine for a CAT skid steer through a sole source justification. The requirement is for a brand name engine provided by Caterpillar, with the closest authorized service center located in Syracuse, NY, which is essential for maintaining operational readiness at Fort Drum, NY. This procurement is critical for the maintenance and repair of construction and excavation equipment used by the Army. Interested vendors can reach out to Renee Fletcher at renee.m.fletcher.civ@army.mil or call 315-772-9905 for further details regarding this opportunity.
    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.
    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.
    4K Forklift
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure a 4K Forklift for use at Fort Hood, Texas. The specifications for the forklift include a diesel engine with a minimum of 47.5 HP, a 4000LB capacity, and various hydraulic and safety features, all of which must comply with the Buy American Act requirements. This equipment is crucial for operational efficiency in warehouse and logistics operations, ensuring that the Army can effectively manage its material handling needs. Interested vendors should provide a picture of the forklift along with the item specification sheet and can contact Rodney Allen at rodney.allen.civ@army.mil or by phone at 254-287-1788 for further details.
    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.