Supply/deliver 14 ea Oshkosh Ser P snow plow tires
ID: 140P8325Q0025Type: Solicitation
AwardedJul 1, 2025
$15.1K$15,087
AwardeeCAP 360 LLC 1850 INDUSTRIAL DR Findlay OH 45840 USA
Award #:140P8325P0027
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR OLYM MABO(83000)PORT ANGELES, WA, 98362, USA

NAICS

Tire Manufacturing (except Retreading) (326211)

PSC

TIRES AND TUBES, PNEUMATIC, EXCEPT AIRCRAFT (2610)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to supply and deliver fourteen (14) new 395/85R20 Goodyear snow plow tires for use at Mount Rainier National Park. The procurement aims to ensure operational efficiency during extreme winter conditions by acquiring tires that match the existing fleet's specifications, including size, tread pattern, and load rating. The total estimated cost for this contract is $14,700, with a delivery deadline set for September 30, 2025. Interested vendors must have active registrations in SAM.gov and can direct inquiries to Hal Hoversten at Hal_Hoversten@nps.gov or by phone at 360-569-6542.

    Point(s) of Contact
    Hoversten, Hal
    (360) 569-6542
    (360) 569-6549
    Hal_Hoversten@nps.gov
    Files
    Title
    Posted
    The document outlines a justification for an exception to the fair opportunity process for a procurement by the National Park Service related to Mount Rainier National Park. The agency intends to purchase specific tires for its snowplows, matching the existing ones to maintain operational efficiency in extreme winter conditions. The required tires must meet several specifications, including size, tread pattern, and load rating. The total estimated cost for fourteen tires is $14,700. The justification for bypassing the usual competitive bidding process is based on the need for original equipment manufacturer (OEM) products that match the existing fleet to ensure effective plow control. The contracting officer believes the pricing will be fair through a public Request for Quote on SAM.gov. Additionally, a market research inquiry showed limited competition, further validating the decision for this exception. The document is formally certified by relevant personnel, confirming that it meets all regulatory requirements for such exceptions in federal contracting processes.
    The document is a Request for Quotation (RFQ) from Mount Rainier National Park (MORA) for the supply and delivery of fourteen (14) snow plow tires. The RFQ indicates that the procurement is set aside for small businesses under the NAICS code 326211. Interested vendors must have active registrations in SAM.gov including relevant certifications. The specified tire brand is Goodyear, and the delivery deadline is September 30, 2025. The pricing must include total costs for delivery to a designated location. The document also outlines the requirements for invoicing through the U.S. Department of Treasury's Invoice Processing Platform (IPP), ensuring that proper documentation is submitted with payment requests. It emphasizes compliance with Federal Acquisition Regulation (FAR) clauses relevant to government contracts, and vendors are advised that the government reserves the right to cancel the solicitation without reimbursement for incurred costs. This procurement process aims to ensure that the NPS has necessary equipment while promoting small business participation in federal contracting opportunities.
    Lifecycle
    Similar Opportunities
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at various rental cabins within the Flathead National Forest, located in Montana. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to ensure timely snow removal when accumulations reach 6 to 8 inches, with services required within 24 hours of notification. This contract is crucial for maintaining access to the cabins during winter months, ensuring safety and usability for visitors. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and can direct inquiries to Sarah Cotton at sarah.cotton@usda.gov. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, with a total duration of five years, including option periods.
    Wallowa Whitman National Forest Snow Park Snow Plowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors to provide snow plowing services for the Wallowa-Whitman National Forest Sno-Parks located in Baker City, Oregon. The contract, identified as RFQ 1240BE26Q0014, is structured as an Indefinite Delivery/Indefinite Quantity with Firm Fixed Price CLIN, covering a base year from November 20, 2025, to September 30, 2026, along with five optional renewal years. These Sno-Parks serve as critical access points for winter recreation and special use operations, necessitating timely snow removal to ensure safety and accessibility for the public. Proposals must be submitted via email by 4:30 PM PST on December 22, 2025, and should include a technical quote, price quote, and necessary certifications, as the government intends to award the contract based on these submissions without further discussions. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov for additional information.
    Polaris Snowmobile Sierra NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of a 2025 Polaris Ranger Crew XP 1000 snowmobile for the Sierra National Forest Bass Lake Ranger District. The primary objective is to enhance operational capabilities in managing national forest resources through the acquisition of this advanced vehicle, which features an 82 HP ProStar 4-Stroke engine, advanced drivetrain capabilities, and various safety and comfort features. Proposals must be submitted by December 18, 2024, with questions accepted until December 13, 2024; interested parties should contact Tammy Perrine at tammy.perrine@usda.gov for further information. This procurement is set aside for small businesses under NAICS code 336999, with a size standard of 1,000 employees.
    WA NP MORA 11(1), Fryingpan Creek Bridge
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP MORA 11(1) project, which involves the replacement of the Fryingpan Creek Bridge in Mount Rainier National Park, Washington. The project entails constructing a new 218.5-foot long steel plate girder bridge with a cast-in-place concrete deck, along with roadway realignment, parking lot construction, minor pipe culvert replacement, and stone masonry work. This initiative is crucial for maintaining infrastructure integrity and enhancing transportation safety within the park, with an estimated contract value between $10 million and $20 million. Interested vendors should note that the tentative solicitation date is set for Winter 2026, with a fixed completion date anticipated in Summer 2029; for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520.
    Wheel and Tire Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for a five-year requirements contract for the procurement of Wheel and Tire Assemblies, specifically part number 12500808. This competitive solicitation aims to acquire an estimated annual quantity of 11,250 units, which are critical components for military vehicles, ensuring operational readiness and performance. The solicitation is expected to be posted on or around January 7, 2026, with offers due approximately by February 6, 2026. Interested parties should regularly check the beta.sam.gov website for updates and are encouraged to contact Jon Machacek at jon.machacek@dla.mil or 385-591-2854 for further inquiries.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    11-1 Ton Dually Pickup Trucks with studded tires
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of 11-1 Ton Dually Pickup Trucks equipped with studded tires for use at Fort Carson, Colorado. The requirements include vehicles that can seat at least five personnel, feature an automatic transmission, and have a 6.7L Turbo Diesel engine or equivalent, with a towing capacity of 25,000 lbs. These trucks must be no more than three years old, have fewer than 50,000 miles, and be delivered by January 5, 2026, with a turn-in date of April 2, 2026. Interested parties should submit their responses via email to George Hargis at George.e.Hargis.civ@army.mil by December 15, 2025, as this notice is a sources sought announcement and not a formal solicitation.
    S--NHTIC SNOW REMOVAL 2026
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for snow removal and salting services at the National Historic Trails Interpretive Center (NHTIC) located in Casper, Wyoming. The procurement includes a base year of performance from January 1, 2026, to December 31, 2026, with four optional renewal years extending through December 31, 2030, to ensure safe access for employees and the public across approximately 70,000 square feet of parking and access roads, as well as 28,000 square feet of sidewalks. This service is critical for maintaining safety standards during winter months, with specific requirements for snow removal and ice management outlined in the solicitation documents. Proposals are due by December 18, 2025, and must be submitted via email to Contract Specialist Huong (Tiffany) Le at hle@blm.gov, with a pre-bid site visit scheduled for December 9, 2025, to familiarize potential bidders with the site conditions.
    Procurement of Main Landing Gear and Nose Landing Gear Tires in Support of the HC-144 Aircraft
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of Main Landing Gear (MLG) and Nose Landing Gear (NLG) tires to support the HC-144 aircraft. This procurement will be conducted as a combined synopsis/solicitation, with the intention of awarding a single Indefinite Delivery Requirements Contract that includes a one-year base period and four one-year option periods, all under a firm-fixed pricing structure. The tires are classified as Critical Safety Items (CSIs) and are essential for maintaining aircraft airworthiness and mission support, with the estimated total contract value being approximately $2,389,202. Interested vendors must submit their proposals by January 9, 2026, at 4:00 PM Eastern Time, and should direct any inquiries to Steven Goodwin at steven.a.goodwin@uscg.mil.
    OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington" project, which involves pavement preservation work at several national park sites. The project includes tasks such as crack sealing, patching, microsurfacing, and pavement marking over a total length of 3.85 miles, specifically at Fort Vancouver National Historic Site, Lewis and Clark National Historic Park, and Oregon Caves National Monument. This initiative is crucial for maintaining the infrastructure of these historical sites, ensuring safe access for visitors and preserving the integrity of the roads. The estimated contract value ranges from $2 million to $5 million, with a tentative completion date set for Summer 2026. Interested vendors can obtain further details and submit inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520, and are encouraged to register on SAM.gov for updates on the solicitation documents expected to be available in Winter 2025/2026.