MRG SFD Boom Mower Attachment
ID: 140R4026Q0002Type: Solicitation
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)

Set Aside

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

    The Department of the Interior, Bureau of Reclamation, is seeking to procure a MowerMax Boom Mower Attachment for the Middle Rio Grande Socorro Field Division. This procurement involves a single MowerMax Boom Attachment with a Twin Saw, 90-inch, 90-degree articulating knuckle, which is essential for maintaining the Bureau's operational efficiency in managing vegetation along waterways. The contract requires delivery by January 11, 2027, with a performance period from January 12, 2026, to January 11, 2027, and interested vendors must submit their proposals, including a signed SF-1449 and a completed Price Schedule, to Valerie Jiron at vjiron@usbr.gov by the specified deadlines. The procurement is set aside for small businesses, and the successful contractor must comply with federal regulations and provide a warranty of at least 12 months.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Reclamation-Upper Colorado Region, Socorro Field Division, is soliciting a MowerMax Boom Attachment with a Twin Saw, 90-inch, 90-degree Articulating Knuckle. The NAICS code for this procurement is 333120. The successful contractor must provide a new, safe, and fully functional attachment meeting or exceeding the specified characteristics. Submittals, including a delivery schedule and product data, are required within 14 days of contract award and must be in English, use US Customary Units, and be labeled with the solicitation number. The Government requires a minimum of 14 days for review. A warranty of at least 12 months/one year is mandatory. Delivery to Socorro, NM, is the contractor's responsibility, with costs for shipping and orientation included. Final delivery should not exceed 365 days from the contract award date. The contractor is also responsible for protecting all parts/equipment from damage during storage, handling, transport, and delivery.
    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 document outlines a price schedule for a government solicitation, specifically for a Boom Mower Attachment for the MRG Socorro Field Division. The solicitation seeks offers for one MowerMax Boom, Twin Saw, 90in, 90-degree Articulating Knuckle Attachment. Offers will be considered for the entire Price Schedule, not just a portion, and are subject to the solicitation's terms and conditions. The total price must include all applicable taxes, shipping, and fees. This document is a standard component of government RFPs, detailing the specific item, quantity, and pricing structure required for a bid.
    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.
    This document outlines a determination to solicit a MowerMax Boom Attachment Twin Saw from a single source, ATMAX Equipment Co., for the U.S. Department of the Interior, Bureau of Reclamation. Pursuant to FAR 13.106-1(b)(1)(i) and (ii), ATMAX is deemed the sole manufacturer and distributor of MowerMax products, making it the only reasonably available source. The attachment's compatibility with existing MowerMax equipment due to proprietary power and mounting systems necessitates this single-source procurement. Market research confirmed ATMAX's exclusive position and the lack of compatible alternatives. The price was determined fair and reasonable based on market research and historical purchases. This decision ensures the government can procure essential equipment compatible with its current inventory.
    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.
    The Bureau of Reclamation, Albuquerque Area Office, is seeking a single MowerMax Boom Attachment (Twin Saw 90-inch, 90-degree Articulating Knuckle) for the Middle Rio Grande Socorro Field Division. This Request for Quote (RFQ) details the requirement for the equipment, including a delivery date of January 11, 2027, and a performance period from January 12, 2026, to January 11, 2027. The solicitation outlines essential contract clauses covering contractor responsibilities, payment through the Invoice Processing Platform (IPP), and specific requirements for safety, health, and security. Offerors must submit a signed SF-1449 and a completed Price Schedule (Attachment 2) for evaluation based on price, technical merit, and past performance. The document includes various FAR and DIAR clauses, emphasizing compliance with federal regulations, ethical conduct, and small business programs.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    Bradbury Dam Pump Rental
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotations for the rental and operation of a temporary water supply pump system at Bradbury Dam, as outlined in Solicitation Number 140R2026Q0017. The project requires the contractor to furnish, install, test, operate, disassemble, and remove a system capable of delivering an adjustable flow rate of 9-11 cubic feet per second (cfs) from Lake Cachuma to the Bradbury Dam spillway, with operations scheduled from January 12 to January 16, 2026. This acquisition is a 100% small business set-aside, emphasizing the importance of small business participation in government contracts, and quotes are due by January 5, 2026, at 12:00 PM Pacific Time, to be submitted via email to Joe Molina at joemolina@usbr.gov.
    Mowing Services for Fort Supply Lake, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing services for Fort Supply Lake in Oklahoma. The procurement aims to maintain the landscaping and groundskeeping of the area, ensuring a well-kept environment for recreational and operational purposes. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting local enterprises in fulfilling government contracts. Interested parties can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or call 918-669-7073 for further details regarding the solicitation process.
    MN Morris WMD - UTV with Two Trade-ins
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the procurement of a 6x6 Utility Task Vehicle (UTV) along with the trade-in of two existing vehicles, specifically a 2009 Argo Avenger and a 2016 Polaris Ranger, for the Morris Wetland Management District (WMD). The UTV must meet specific technical specifications, including features such as a roll-over protection system, enclosed cab with climate control, and a power-tilting bed, with proposals evaluated based on technical compliance, lead time, and pricing. This procurement is crucial for enhancing operational capabilities in wildlife management and habitat conservation efforts. Interested vendors must submit their proposals by January 8, 2026, at 2:00 PM ET, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    N1 BRAKE RING REPLACEMENT
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified businesses to participate in a Sources Sought announcement for the replacement of a brake ring assembly for Unit N1 at the Hoover Dam. The procurement involves the manufacturing of 10 new brake plates, the removal of the old ones, and the installation of the new components, which will come with a five-year warranty. This initiative is crucial for maintaining the operational integrity and safety of the dam's machinery. Interested parties are invited to submit capability statements by January 1, 2026, at 1700 Pacific Time to mwatanga@usbr.gov and nmaye@usbr.gov, referencing solicitation number 140R3026R0008. Submissions should include firm details, manufacturing status, product origin, size status/SBA certifications, and an estimated delivery date, with a maximum of five pages for the capability statement.
    Rotary Screw Trap
    Interior, Department Of The
    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.
    61--Purchase of Turbine Runner for Unit A9
    Interior, Department Of The
    The Department of the Interior, Bureau of Reclamation, is soliciting proposals for the purchase of a vertical Francis turbine runner for Unit A9 at the Hoover Dam Office. This procurement involves the design, model testing, and fabrication of the turbine runner, which is critical for maintaining the operational efficiency of the hydroelectric powerplant. The project emphasizes high efficiency and includes specific requirements such as computational fluid dynamics analysis and hydraulic transient analysis, with a performance period of 1,510 days. Proposals are due by January 30, 2026, and interested parties should direct inquiries to Virginia Toledo at vtoledo@usbr.gov or by phone at 928-343-8136.
    Spillway Vegetation Cutting and Herbicide Treatment, Sury Lake, Surry, NH
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for a vegetation cutting and herbicide treatment project at the Surry Mountain Dam in Surry, NH. The project requires the contractor to furnish all labor, materials, and equipment necessary to cut and chemically treat approximately two acres of vegetation, including cutting woody stems greater than one inch in diameter and applying herbicide treatments, while adhering to safety regulations and disposing of debris in accordance with applicable laws. This procurement is set aside for small businesses, with a firm-fixed-price contract expected to run from the award date through October 31, 2026. Interested vendors must have an active registration in SAM.gov and can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting bids for the Horizontal Directional Drilling (HDD) services associated with the Navajo-Gallup Water Supply Project, titled "Y--NGWSP BLOCK 2-3 HDD." This project involves the installation of a 42-inch buried water transmission pipeline and three 36-inch pipelines across various challenging terrains, including crossings at the San Juan River, Shumway Arroyo, and Nenahnezad Bluff, with a total length of approximately 1.8 miles. The successful contractor will be responsible for adhering to strict environmental, safety, and cultural resource protection guidelines, with a performance period set from May 20, 2026, to September 21, 2027. Interested bidders must submit their proposals by February 25, 2026, and can direct inquiries to Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking contractors for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3, which involves Horizontal Directional Drilling (HDD) for water transmission pipelines in New Mexico. This construction project, valued between $30 million and $60 million, aims to enhance water supply reliability for the Navajo Nation, Jicarilla Apache Nation, and Gallup, New Mexico, through the installation of 42-inch and 36-inch buried pipelines across various locations. Interested contractors must adhere to stringent quality control and assurance requirements, submit performance and payment bonds, and be registered in SAM, with proposals due by January 28, 2026. For further inquiries, potential bidders can contact Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.