37--MRG SFD Boom Mower Attachment
ID: 140R4026Q0002Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONUPPER COLORADO REGIONAL OFFICESALT LAKE CITY, UT, 84138, USA

NAICS

Construction Machinery Manufacturing (333120)

PSC

GARDENING IMPLEMENTS AND TOOLS (3750)
Timeline
    Description

    The U.S. Department of the Interior, Bureau of Reclamation, is seeking to award a sole source contract to ATMAX Equipment Co. for the procurement of one MowerMax Boom Attachment Twin Saw, specifically a 90-inch model with a 90-degree articulating knuckle. This equipment is essential for vegetation management within the Bureau's operations, ensuring compatibility with existing MowerMax machinery already in use. The contract, identified by Solicitation Number 140R4026Q0002, is expected to be awarded on January 19, 2026, and will be processed under FAR Part 13, with a performance period of 365 days from the award date. Interested parties can contact Valerie Jiron at vjiron@usbr.gov or by phone at 505-462-3658 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Reclamation, Upper Colorado Region, Albuquerque Area Office, Socorro Field Division (Reclamation) requires one new MowerMax Boom Attachment (Twin Saw 90-in) for vegetation management. The NAICS code for this procurement is 333120 Construction Machinery Manufacturing. The attachment must be new, safe, fully functional, and meet specific characteristics, including a Twin Saw, 90-in, 90-degree Articulating Knuckle. The contractor must submit various documents, including a project schedule and product data, for government approval, with a minimum 14-day review period. The equipment must have a warranty of at least 12 months. The period of performance is 365 days from the contract award date. Delivery is to 2401 State Road One, Socorro, NM 87801, during normal business hours, with all shipping and orientation costs included in the lump-sum payment upon satisfactory delivery. The contractor is responsible for protecting the equipment during transit.
    The U.S. Department of the Interior, Bureau of Reclamation, Upper Colorado Basin Region, Acquisition Management Division, has issued a determination to solicit from a single source, ATMAX Equipment Co., for a MowerMax Boom Attachment Twin Saw. This decision, pursuant to FAR 13.106-1(b)(1)(ii), is based on ATMAX Equipment Co. being the sole manufacturer and distributor of MowerMax products, and the need for compatibility with existing MowerMax equipment. Market research confirmed ATMAX as the only source that can meet the government's requirements, and the price was deemed fair and reasonable based on market research and historical purchases. The solicitation number for this action is 140R4026Q0002.
    The U.S. Department of the Interior, Bureau of Reclamation, Upper Colorado Region, intends to award a sole source purchase order to ATMAX Equipment Co. for one MowerMax Boom Attachment Twin Saw (90-in, 90-degree Articulating Knuckle). This notice, identified by Solicitation/Contract Award Number 140R4026Q0002, is not a request for competitive quotes. The contract, estimated to be awarded on January 19, 2026, will be processed under FAR Part 13, Simplified Acquisition Procedures. The procurement falls under Product Service Code 3750 (Gardening Implements and Tools) and NAICS Code 333120 (Construction Machinery Manufacturing). The primary point of contact for this requirement is Valerie Jiron, Contract Specialist, and the performance will take place at the Socorro Field Division in Socorro, NM.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    J--WASH RACK MAINTENANCE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking qualified contractors for the maintenance of the wash rack electric pressure washer and water recycle system at Hoover Dam in Boulder City, NV. The procurement aims to ensure that the system is maintained to factory specifications through a series of inspections, tests, and routine maintenance tasks, which include checking various components such as pumps, sensors, and sludge removal systems. This maintenance is crucial for the operational efficiency and environmental compliance of the facility. Interested firms are invited to submit their capability statements by 4:00 PM Pacific Time on January 5, 2026, to Noah Maye at nmaye@usbr.gov, including their Unique Entity ID and relevant qualifications.
    F--Integrated Vegetation Management IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified contractors for an Integrated Vegetation Management Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to manage vegetation and control noxious and invasive weeds on lands administered by the Utah Reclamation Mitigation and Conservation Commission and the U.S. Bureau of Reclamation for the Bonneville Unit of the Central Utah Project, which encompasses various terrains in central and northeastern Utah. This initiative is crucial for maintaining ecological balance and enhancing the health of the affected lands. Interested small businesses are encouraged to respond with their qualifications and experience by January 29, 2025, to Brandi Clark at brandiclark@usbr.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    Mowing Services for Fort Supply Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide mowing services for Fort Supply Lake, Oklahoma. This procurement is a total small business set-aside, with the aim of maintaining the landscaping and groundskeeping at the site, which is crucial for environmental management and recreational use. The solicitation, identified as W912BV26QA015, is expected to be issued around December 12, 2025, with a closing date anticipated for January 12, 2026, and the contract will be awarded on a Firm-Fixed Price basis for one base period and four option periods. Interested contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073 for further details.
    37--OR-FWS SHELDON-HART-GRADER PUSH BLADE
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations from small businesses for a firm-fixed-price contract to procure a front-mounted push blade for a John Deere 672G Motor Grader. The key specifications for the push blade include a width of 8-10 feet, a 4-pin mount, and hydraulic movement, with delivery required at the Sheldon-Hart Mountain National Wildlife Refuge Complex in Lakeview, Oregon, where no loading dock is available. This procurement is essential for maintaining the operational efficiency of the refuge's equipment. Quotes are due by December 5, 2025, at 1:00 PM Eastern Time, and interested offerors must be registered with SAM.gov. For further inquiries, contact Marshall Richard at marshallrichard@fws.gov.
    Notice of Intent (NOI) to Sole Source AND Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, has issued a Notice of Intent (NOI) to sole source specific REXA X3L Actuator parts for the construction of the 9-Mile Pump Station in St. Clair Shores, Michigan. The procurement involves the acquisition of brand-name actuators, which are critical for precise positioning and reliable control in various industrial applications, with specific model requirements including X3L 15000-36-D-P-C2 (1 unit), X3L 15000-60-D-P-C2 (2 units), and X3L 40000-D,P9-P-C2 (2 units). REXA, Inc. is the sole manufacturer of these actuators, and while contractors can install the product, REXA must be present at start-up to verify installation. Interested firms capable of providing a compatible equivalent product are encouraged to respond by January 13, 2026, at 2:00 PM (Eastern), with their firm details and supporting documentation to Michelle Barr at michelle.barr@usace.army.mil or Lisa May at lisa.m.may@usace.army.mil.
    Purchase of Turbine Runner for Unit A9
    Buyer not available
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting proposals for the purchase of a vertical Francis turbine runner for Unit A9 at the Hoover Dam Office, under solicitation number 140R3025R0023. The procurement includes requirements for hydraulic design, model testing, and the fabrication of the turbine runner and associated components, emphasizing high efficiency and specific operational characteristics. This project is critical for maintaining the operational integrity of the Hoover Powerplant, which plays a vital role in energy generation and water management in the region. Proposals are due by January 9, 2026, with inquiries directed to Virginia Toledo at vtoledo@usbr.gov or by phone at 928-343-8136.
    BIA Exclusive Use Amphibious Single Engine Scooper
    Buyer not available
    The Department of the Interior is seeking proposals for exclusive use amphibious single-engine scooper flight services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, identified by Solicitation Number 140D0425R0098, will provide essential aerial firefighting capabilities during a specified 60-day period each year from April 14 to June 12, spanning from 2026 to 2031. This procurement is critical for effective fire suppression efforts, requiring contractors to meet stringent aircraft specifications and personnel qualifications, including compliance with FAA regulations. Interested parties must submit their proposals by December 29, 2025, at 10:00 AM PST, with a maximum contract value of $10 million. For further inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.
    Rotary Screw Trap
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    Single Source Justification, SAT
    Buyer not available
    The Department of Justice, through the Federal Prison Industries, Inc., is seeking to procure specific harvesting equipment, including a 10 Disc Cutterbarr and two 2790MM Hay Conditioner Rollers, with a total estimated value of $17,800.00. This procurement is justified as a single source acquisition, indicating that these specific parts are necessary for the operation of Massey Ferguson Swathers used within the federal prison system. The equipment is critical for maintaining agricultural operations, which are part of the rehabilitation programs offered to inmates. Interested vendors can reach out to Karen Hodge at Karen.Hodge2@usdoj.gov for further details regarding this opportunity.
    SCCAO Mesh Screens
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Mid-Pacific Region, is seeking quotations for the procurement of SCCAO Mesh Screens, specifically "Intralox Mesh Screens (Brand Name or Equal)." This small business set-aside opportunity requires the delivery of items including Intralox Rotating Mesh Fish Screens and Sprockets, with a Firm Fixed Price purchase order to be awarded based on the Lowest Price Technically Acceptable criteria, evaluating both technical specifications and price reasonableness. The procurement is crucial for commercial fishing equipment applications, ensuring effective fish screening solutions. Quotes are due by December 12, 2025, at 10:00 AM PST, and interested offerors must contact Joe Molina at joemolina@usbr.gov or call 916-978-5177 for further details, ensuring they are registered in SAM.gov with updated Representations and Certifications.