IL-CRAB ORCHARD NWR- BIL FIRE CTL
ID: 140FS224Q0301Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Construction Machinery Manufacturing (333120)

PSC

EARTH MOVING AND EXCAVATING EQUIPMENT (3805)
Timeline
    Description

    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 Lydia_Patrick@fws.gov or by phone at 308-635-7851.

    Point(s) of Contact
    Patrick, Lydia
    (308) 635-7851
    (308) 635-7841
    Lydia_Patrick@fws.gov
    Files
    Title
    Posted
    The document outlines the specifications and requirements for a compact loader to be delivered to Crab Orchard National Wildlife Refuge. Key specifications include a minimum engine power of 89 hp, a rated operating capacity of 3,100-3,500 lbs, and an enclosed cab with climate control. The loader must include high-flow hydraulics, safety features such as a backup alarm, and meet U.S. EPA emission standards. Additionally, it should have a durable rubber tracked undercarriage, advanced hydraulic systems, and ease of serviceability with grouped maintenance points. Expanded specifications detail critical performance features like a rotary drum mulching head, cold weather starting package, and a hydraulically operated joystick for control of various machine functions. Safety measures encompass a comprehensive orientation for operators and essential equipment like fire extinguishers and remote monitoring systems. This file serves as part of a Request for Proposal (RFP), providing potential vendors with precise parameters to meet government requirements, ensuring compatibility with federal safety and operational standards. The detailed criteria reflect the agency's commitment to quality performance and safety in equipment procurement.
    The document is a Request for Quotation (RFQ) issued by the U.S. Fish and Wildlife Service for the procurement of a Compact Track Loader for Crab Orchard National Wildlife Refuge. The RFQ outlines procedures for submitting quotes, including requirements for registration in the System for Award Management (SAM), the submission of contact information, and the need for quotes to adhere to Federal Acquisition Regulation (FAR) standards. The document specifies that the agency will award the contract based on the lowest price technically acceptable from responsible sources. Key dates include the request for information deadline on September 17, 2024, and the submission deadline for quotes on September 19, 2024. The RFQ emphasizes that all submitted representations and certifications must be completed, particularly regarding the offeror's use of telecommunications equipment. Additionally, the document incorporates various clauses related to contract terms, conditions related to electronic payment, and compliance with federal regulations. The RFQ serves as a formal solicitation to promote fair competition for a government contract while ensuring adherence to regulatory guidelines.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Amphibious ATV for Cache River Arkansas
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the procurement of an amphibious all-terrain vehicle (ATV) to be delivered to the Cache River National Wildlife Refuge in Augusta, Arkansas. The contract requires the delivery of an ARGO Frontier 700 8x8 or an equivalent model, with specific performance specifications including a VX 700 engine, hydraulic brakes, and a load capacity of 840 pounds on land and 740 pounds on water. This procurement is crucial for enhancing operational capabilities within the refuge, ensuring effective management of wildlife and habitat. Interested vendors must submit their proposals, including a completed past performance survey, by the specified deadlines, with the contract period set from October 1, 2024, to May 30, 2025. For further inquiries, potential contractors can contact Jeremy Tyler at jeremytyler@fws.gov or by phone at 413-253-8662.
    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.
    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.
    Manti-LaSal National Forest, Ferron Ranger District Mini Excavator With Attachments Combined Synopsis_RFQ
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), Forest Service, is seeking quotes from qualified small businesses for the procurement of a mini excavator with specific attachments for the Manti-LaSal National Forest, Ferron Ranger District in Utah. The required mini excavator must include features such as a roll-over protection system, an enclosed cab, and attachments like a hydraulic rock breaker and auger, with delivery expected by March 1, 2025. This procurement is essential for enhancing operational efficiency in forest management and maintenance activities. Interested vendors must submit their quotes by September 20, 2024, and can direct inquiries to Whit Fausett at arlen.fausett@usda.gov.
    Mini Excavator for Plumas National Forest
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the procurement of a Mini Excavator weighing no more than 4,500 lbs for use in the Plumas National Forest. The requirements include specific attachments such as a 10” bucket, thumb, and a 9” auger, which are essential for forestry operations. This procurement reflects the government's commitment to enhancing its equipment capabilities while promoting small business participation, as the solicitation is set aside for small businesses under the NAICS code 336991. Interested parties must submit their proposals, including technical and price details, by September 23, 2024, and can direct inquiries to Aileen Fleming at aileen.fleming@usda.gov.
    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.
    Polaris Ranger NorthStar Edition UTVs with Trade-in - El Dorado NF
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for the procurement of two Polaris Ranger NorthStar Edition Utility Task Vehicles (UTVs) for the El Dorado National Forest, with a trade-in of two older models. The procurement is set aside for total small businesses and requires the UTVs to meet specific performance and safety standards, including a 999cc engine, 82 horsepower, and various advanced features such as hydraulic disc brakes and electronic power steering. These vehicles are crucial for operational readiness in the national forest, enabling effective resource management and service delivery. Interested vendors must submit their proposals by the specified deadline and can contact Blaine Greenwalt at blaine.greenwalt@usda.gov for further information.
    J--Fire Engine Motor Replacement-Desert NWR, NV
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the replacement of the motor on fire engine 8262, a 2016 Ford F550, at the Desert National Wildlife Refuge in Nevada. The urgency of this procurement arises from the critical need for the fire engine to be operational for emergency response, particularly with the upcoming fire season. Rush Truck Centers has been identified as the only local vendor capable of performing the necessary repairs in a timely manner, as they have already begun troubleshooting the engine and possess certified Ford ASE mechanics. Interested parties may submit capability statements to Darla Freyholtz Ballard at darlafreyholtzballard@fws.gov within ten calendar days of this notice, with the contract period of performance set from September 20, 2024, to November 1, 2024.
    AZ-LAKE HAVASU RFGS-FIRE-RESTORATION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for a contract to assist with fire restoration efforts at the Lake Havasu National Wildlife Refuge Complex in Arizona. The primary objective is to procure a work crew to plant native trees and control invasive species, with the project scheduled to take place over four weeks between January and April 2025. This initiative is crucial for ecological restoration and habitat preservation within the refuge, aligning with federal guidelines for environmental management. Interested contractors must submit their quotations by September 24, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
    PR-CULEBRA NWR-MAINTENANCE WORKER
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide maintenance worker services at the Culebra National Wildlife Refuge (NWR) in Puerto Rico. The contract will cover 832 hours of work over two days each week, focusing on facility upkeep, grounds maintenance, and general support tasks, with a performance period from October 20, 2024, to October 19, 2025, and the possibility of four option years. This initiative is crucial for maintaining the refuge's facilities and ensuring the safety of both visitors and staff, reflecting the government's commitment to wildlife conservation. Interested parties must submit their quotes by September 19, 2024, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.