Utility Work Vehicle
ID: FA500025Q0029Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5000 673 CONS LGCJBER, AK, 99506-2501, 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, specifically the Department of the Air Force, is seeking qualified small businesses to provide a Utility Work Vehicle along with necessary attachments for the 773d Civil Engineering Squadron, with performance expected in Chenega Bay, Alaska. The procurement is structured as a Firm-Fixed-Price contract under the NAICS code 333120, emphasizing compliance with federal acquisition regulations and a total small business set-aside. This vehicle is crucial for supporting engineering operations and maintenance tasks at the base, ensuring efficient functionality in the field. Interested contractors must submit their quotations, including a completed Pricing Schedule, by 10 AM AKDT on June 23, 2025, and can direct inquiries to Raymond Gragg at raymond.gragg@us.af.mil or Zachary Braum at zachary.braum@us.af.mil.

    Files
    Title
    Posted
    This document outlines the Federal Acquisition Regulation (FAR) clauses applicable to contracts and solicitations related to the Department of Defense (DoD). It specifies various mandatory clauses reflecting compliance with laws governing former DoD officials, whistleblower rights, procurement restrictions, and electronic payment processing. Notably, it emphasizes unique item identification for deliverables worth $5,000 or more to ensure traceability, as well as prohibits certain business operations with regimes like Maduro's and undertakings in the Xinjiang region. The document further details the requirements for using the Wide Area Workflow (WAWF) for payment requests. The intent is to establish a standardized operational framework ensuring legal compliance, accountability, and transparency in federal contracts, especially concerning equipment and services related to national defense. Monitoring agencies will evaluate compliance with these clauses to ensure contractors meet federal standards in their operations.
    The document outlines the Price Schedule for Solicitation No. FA500025Q0029 concerning a Utility Work Vehicle. It includes a detailed list of items and equipment required, such as a Bobcat UW56 utility vehicle, several equipment packages, and attachments, with a specified quantity of one for each item. Additionally, it provides space for the contractor's address and contact details, warranty terms, discount terms, acknowledgment of solicitation amendments, and the requirement for quotes to be submitted via email by 10AM AKDT on June 23, 2025. The structure of the document is systematic, listing each item and its corresponding quantity, reflecting a straightforward approach typical in government Requests for Proposals (RFPs) aimed at acquiring necessary equipment for federal operations. This solicitation emphasizes the government's intent to procure specialized vehicles and associated equipment efficiently while ensuring compliance with federal guidelines for procurement.
    The document outlines a Request for Quotation (RFQ) for a Utility Work Vehicle (Solicitation FA500025Q0029) issued by the federal government, designed specifically for small businesses under the NAICS code 333120. The RFQ follows federal acquisition regulations, aiming for a Firm-Fixed-Price contract, with delivery to Joint Base Elmendorf-Richardson, AK. Submissions must include a completed Pricing Schedule and product data, and all responses must be valid for 90 days. The evaluation will focus on compliance with government requirements and competitive pricing, considering historical price consistency. The government may conduct interchanges with bidders for clarification purposes. Additionally, contractors must ensure current SAM registration and compliance with necessary provisions. Questions regarding the solicitation should be directed to specified government contacts by the stated deadline. The document emphasizes transparency and compliance in procurement processes, aiming to foster small business participation in federal contracts while ensuring the delivery of required services and products.
    Lifecycle
    Title
    Type
    Utility Work Vehicle
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    3 SNOWPLOWS WITH FLEXIBLE BLADES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of three snowplows equipped with segmented flexible blades, under solicitation number FA660626Q0002. The requirement includes two 10-12ft plows designed for Volvo L50 and JCB 416 HT, and one 18ft plow for Volvo 110, all aimed at enhancing snow removal efficiency while minimizing surface damage. These snowplows are critical for maintaining operational readiness in harsh winter conditions, ensuring effective snow clearance and equipment protection. Interested vendors must submit their quotes by 12:00 PM EST on January 9, 2026, to the designated contacts, Rosalie M. Connelly and Kyle Kalagher, via email, and must include detailed warranty information and compliance certifications as outlined in the solicitation documents.
    SOFAM NTV Rental
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the rental of non-tactical vehicles to support the Special Operations Forces Arctic Medic (SOFAM) exercise in Fairbanks, Alaska, scheduled from January 9 to January 28, 2026. The contractor is required to provide a total of 26 vehicles, including 18 sport utility vehicles (SUVs), 5 trucks, 2 15-passenger vans, and 1 cargo van, all of which must be 4-wheel or all-wheel drive and equipped with winter kits and traction devices. This procurement is critical for ensuring adequate ground transportation for personnel, equipment, and supplies during the exercise, with strict adherence to performance standards outlined in the Performance Work Statement (PWS). Interested vendors must submit their proposals by 5:00 PM Eastern Standard Time on December 19, 2025, and direct any inquiries to SSG Tyler Cooper at tyler.j.cooper.mil@socom.mil or SSG John Miceli at john.p.miceli.mil@socom.mil, with all questions due by 11:00 AM Eastern Standard Time on December 15, 2025.
    Vehicle Scale Calibration Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide Vehicle Scale Calibration Services at Beale Air Force Base, California. The procurement involves annual calibration, inspection, testing, and maintenance of six government-owned scales used for verifying vehicle and cargo weights, ensuring compliance with Department of Transportation and MIL-AIR weight limitations. This contract is crucial for maintaining operational efficiency and safety standards, with a total small business set-aside and a potential contract value not exceeding $5,000 per year for "Over and Above" repairs. Interested parties must submit their quotes by January 6, 2026, and are encouraged to attend a site visit on December 22, 2025, with prior access arrangements required by December 17, 2025. For further inquiries, contact Lamar Mullins at lamar.mullins@us.af.mil or Katherine Moe at katherine.moe@us.af.mil.
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is soliciting bids for the procurement of a Raymond 9600 SA-CSR30T forklift or an equivalent model. The requirements include a forklift with a capacity of at least 1,000 lbs at a height of 21 feet, a mast height of 21-22 feet, and a maximum width of 54 inches, along with specific operational features such as 40-inch forks and safety equipment. This procurement is a total small business set-aside under NAICS Code 333924, emphasizing the importance of the equipment for operational efficiency at the base. Interested vendors must submit their quotes by December 17, 2025, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Brett Stroud at brett.stroud.1@us.af.mil.
    25--TOWBAR,MOTOR VEHICLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 36 units of motor vehicle towbars (NSN 2540016586496). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, which is critical for vehicular equipment components used in military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received in a timely manner. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and the delivery is expected to be completed within 213 days after order placement.
    Vehicles Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.
    Crane Rental Service in FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide crane rental services at Fort Wainwright, Alaska. The procurement involves the rental of 40-ton cranes with operators and riggers for scheduled and unscheduled material handling support from January 26 to March 4, 2026, including operations at the railhead and Donnelly Training Area. This service is critical for the efficient loading, unloading, and movement of equipment, ensuring compliance with safety and environmental regulations. Interested small businesses must submit proposals by December 17, 2025, with questions due by December 10, 2025, and can contact SSG Eric Kim or MAJ Molly Libowski for further information.
    25--BODY,CARGO TRUCK
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three cargo truck bodies under solicitation number NSN 2510015221907. This opportunity is set aside for small businesses and may result in an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated three orders per year. The cargo truck bodies are critical components for vehicular equipment, and the items will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of a Longerons Assembly, Fuselage, Part Number 342986-6L, with a quantity of one unit required. This procurement is critical due to its urgency related to flight and safety deficiencies, necessitating delivery to Hill Air Force Base, Utah, by January 30, 2026. The opportunity is set aside for small businesses under the NAICS code 336412, and interested vendors must submit their quotes by December 29, 2025, while also adhering to specific instructions for accessing technical drawings and compliance with military packaging standards. For further inquiries, potential bidders can contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.