FEMA Kalmar Yard Spotter Tractors
ID: 70FB7024Q00000008Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYINCIDENT SUPPORT SECTION(ISS70)WASHINGTON, DC, 20472, USA

NAICS

Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing (333924)

PSC

TRUCKS AND TRUCK TRACTORS, WHEELED (2320)

Set Aside

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

    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is soliciting proposals for the procurement of six Kalmar Yard Spotter Tractors, specifically five 4x2 models and one 6x4 model, each with a Maximum Gross Combined Weight Rating (GCWR) of 81,000 lbs. These tractors are essential for enhancing FEMA's logistics capabilities during disaster response operations, ensuring the efficient movement and transport of lifesaving commodities. The delivery of the tractors is required at various FEMA distribution centers across the United States and Puerto Rico, with a completion timeframe of 300 days from the contract award date. Interested small businesses must submit their quotes by September 17, 2024, and can direct inquiries to Edward Rudd at Edward.ruud@fema.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Emergency Management Agency (FEMA) is seeking proposals through a Request for Quote (RFQ) for six Kalmar Yard Spotter Tractors to support disaster response operations. Specifically, the procurement consists of five 4x2 and one 6x4 model tractors, each with a Maximum Gross Combined Weight Rating (GCWR) of 81,000 lbs, to be delivered to various FEMA Distribution Centers across the U.S. The delivery period is set to occur within 300 days after the award, effective from September 19, 2024, to July 15, 2025. This RFQ emphasizes the brand name requirement specifically for Kalmar Ottawa models and mandates that offers must be submitted by September 17, 2024, to ensure timely consideration. The evaluation factors include technical specifications, delivery plans, past performance, and pricing, with a focus on providing the best overall value to the government. The contract will likely be awarded to a qualified small business registered in SAM.gov. This procurement underscores FEMA's commitment to maintaining operational readiness in disaster response through efficient logistics and equipment support.
    The Department of Homeland Security’s Federal Emergency Management Agency (FEMA) is initiating a procurement for six Yard Spotter Tractors, crucial for disaster response logistics. These vehicles will have a Maximum Gross Combined Weight Rating (GCWR) of 81,000 lbs. The scope of the procurement includes the delivery of these tractors to various FEMA distribution centers across the United States and in Puerto Rico, specifically: one each to Atlanta, GA, Greencastle, PA, and Bayamon, PR; two to Fort Worth, TX; and one to Guam. The expected delivery timeframe is within 300 days from contract award. Technical specifications outline the capabilities for two models: the Kalmar Ottawa T2 4x2 and the Kalmar Ottawa T2 6x4 Yard Spotter Tractors. Key requirements include a diesel engine with no less than 200 horsepower, Tier 4 emissions compliance, automatic transmission, and specific axle capacities. Additional features include DOT-approved lighting, climate controls, and safety equipment. Each unit must meet all safety regulations and include comprehensive service manuals, with required deliveries set to respective FEMA centers. This procurement underscores FEMA's commitment to ensuring readiness for rapid disaster response through enhanced logistics capabilities.
    The document outlines a Limited-Sources Brand Name Justification (LSJ) for the acquisition of six Kalmar Ottawa T2 Yard Spotter Tractors by the Department of Homeland Security (DHS) through the Federal Emergency Management Agency (FEMA). The justification, adhering to specific federal regulations (FAR 13.5 and FAR 13.501), seeks to procure the tractors exclusively from the Kalmar brand to maintain compatibility with existing equipment. The identified locations for the tractors include distribution centers in Atlanta, Greencastle, Fort Worth, Guam, and Bayamon. The document explains the rationale for limiting competition, emphasizing that all employees are trained on this brand, and existing parts are interchangeable, which promotes operational efficiency and safety. Market research indicated that alternatives do not offer the required features or compatibility. The total estimated cost of the procurement is pending, and the contracting officer will seek to confirm this purchase order as the best value for the government. Additionally, the notice regarding this justification will be posted on SAM.gov to ensure transparency and solicit bids from small business resellers, reflecting an effort to adhere to federal contracting requirements while prioritizing operational consistency and cost savings for the DHS/FEMA fleet.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Emergency Response Trailers and Supplies (Amended)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through Customs and Border Protection (CBP), is seeking quotations for the procurement of five Emergency Response Trailers, with a focus on enhancing emergency response capabilities. The procurement is set aside exclusively for small businesses under NAICS code 333924, and bidders are required to comply with the Statement of Work (SOW) while submitting their quotes, a Price Proposal, and a Technical Capability Statement by September 18, 2024. The trailers will be utilized for various operational needs across multiple locations, emphasizing the importance of readiness in emergency situations. Interested vendors should note that the quote due date has been extended to September 23, 2024, and all inquiries must be directed to Colin A. Colgan at colin.a.colgan@cbp.dhs.gov.
    USDA 24K GVWR Cab and Chassis Truck
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking quotes for the procurement of one 24,000 GVWR Cab and Chassis Truck on behalf of the U.S. Department of Agriculture (USDA). This opportunity requires vendors to provide new, already manufactured vehicles that are ready for immediate delivery, adhering to the specifications outlined in the attached documents. The procurement is critical for supporting USDA operations, ensuring compliance with federal procurement practices, and enhancing the agency's operational capabilities. Interested vendors must submit their quotes by September 25, 2024, at 12:00 PM EST, and can direct inquiries to John E. (Ed) Hodges at john.hodges@gsa.gov or by phone at 703-603-8586.
    23--Medium and Heavy Duty Trucks / Wreckers and Carrie
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the Medium and Heavy-Duty Trucks / Wreckers and Carriers (MHWC) Program under Solicitation 47QMCA22R0013. This opportunity allows existing contractors to submit next model year (NMY) information and enables new offerors to propose new models that comply with the 2025 Federal Vehicle Standards. The procurement is crucial for modernizing the federal vehicle acquisition process while ensuring adherence to updated federal standards, including emissions regulations and the integration of telematics devices. Interested parties should attend the virtual Industry Day on August 27, 2024, and submit their proposals via AutoBid starting September 3, 2024. For further inquiries, contact Eric VanderVeen at eric.vanderveen@gsa.gov or Amanda Vance at amanda.vance@gsa.gov.
    WRECKER, 35 TON INTEGRATED RECOVERY BOOM AND UNDERLIFT
    Active
    Dept Of Defense
    The Department of Defense, through the 11th Contracting Squadron of the Air Force, is seeking bids from qualified small businesses for the procurement of a 35 Ton Wrecker with an integrated recovery boom and underlift, under solicitation number FA706024Q0025. The wrecker must meet specific technical specifications, including a minimum engine performance of 500 hp and a gross vehicle weight rating of at least 60,000 lbs, and must be delivered to Joint Base Anacostia-Bolling, Washington, D.C., within 120 days of order receipt. This procurement is crucial for enhancing the operational capabilities of the military's vehicle recovery fleet. Interested vendors must submit their proposals electronically by September 18, 2024, and direct any inquiries to J. Brandon La'Pierre at jerome.lapierre.1@us.af.mil or Gregory Bishop at gregory.bishop.8@us.af.mil, noting that no award will be made until funds are available.
    PR0052SK Truck Repair 2012 F-550 Everett, WA
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the repair of a 2012 Ford F-550 truck located in Everett, Washington. The procurement involves addressing significant issues with the vehicle's fuel system, including cleaning both fuel tanks and repairing a high-pressure fuel pump failure that has led to contamination and operational inefficiencies. This repair is critical for restoring the vehicle's performance and ensuring safety, as indicated by persistent low fuel pressure warnings and engine issues. Interested vendors must submit their quotes by September 25, 2024, at 9:00 AM Pacific Time, and should direct any inquiries to Leilani Sandle at leilani.d.sandle@uscg.mil. Vendors must also be registered in the System for Award Management (SAM) database to be eligible for consideration.
    Mass Evacuation Vehicle and ICU for the U.S. Department of Veterans Affairs
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for the procurement of two Mass Evacuation Vehicles equipped with Intensive Care Units (ICUs) for the C.W. Bill Young VA Medical Center in Bay Pines, Florida. The vehicles must meet specific technical specifications outlined in the attached purchase description, designed to enhance emergency evacuation capabilities while also serving non-emergency patient care needs. This procurement is critical for ensuring the medical center can effectively respond to emergencies and provide necessary patient care, adhering to federal and industry standards. Interested vendors must submit their proposals, including technical responses and pricing, by the extended deadline of October 4, 2024, at 3:00 PM EDT. For further inquiries, vendors can contact JD Dunne at joe.dunne@gsa.gov or call 404-215-6727.
    M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) with a capacity of 40 tons. This procurement is set aside for small businesses and aims to fulfill the Army's requirements for transporting construction equipment effectively. The RFP closing date has been extended to September 23, 2024, at 1 PM EST, and interested parties should note that certain pricing details and eligibility requirements have been clarified in the associated RFP document. For further inquiries, potential bidders can contact Mike Daubenmeyer at michael.f.daubenmeyer.civ@army.mil or Danial A. Davidson at daniel.a.davidson12.civ@army.mil, with the latter also reachable by phone at 571-588-9401.
    Logistics Supply Chain Management System Cloud (LSCMS-C) - FY25 RECOMPETE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Logistics Supply Chain Management System Cloud (LSCMS-C) Operations and Maintenance (O&M) requirements. The selected contractor will assist in fulfilling O&M needs and completing remaining upgrade requirements for the LSCMS-C, which is critical for managing disaster response assets and logistics, including purchasing, inventory management, and transportation. This system plays a vital role in FEMA's disaster relief efforts by tracking and reporting the location of assets in real-time across its distribution centers. Interested parties should note that the solicitation is anticipated to be released around September 23, 2024, and proposals are not currently being requested. For further inquiries, potential bidders can contact Judith Hicklin at judith.hicklin@fema.dhs.gov or Staciellyn Chapman at staciellyn.chapman@fema.dhs.gov.
    SBA Disaster Recovery and Resilience - High Roof Vans
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking quotes for the procurement of two high roof vans on behalf of the Small Business Administration's Office of Disaster Recovery and Resilience. This opportunity involves an assisted acquisition where the vehicles must be new, already manufactured, and ready for immediate delivery, as outlined in the attached specifications and market research documents. The procurement is critical for enhancing the SBA's disaster recovery capabilities, ensuring that the agency has the necessary transportation resources to respond effectively to emergencies. Interested vendors must submit their quotes via email to Ed Hodges at john.hodges@gsa.gov, with the submission deadline specified in the RFQ documentation, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    USACE Construction Engineering Research Laboratory (CERL) Pickup Trucks
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the procurement of four pickup trucks on behalf of the U.S. Army Corps of Engineers (USACE) Construction Engineering Research Laboratory (CERL). This opportunity is part of an assisted acquisition process, with specific requirements outlined in the attached documents, including vehicle specifications and delivery terms. The trucks must be new, already manufactured, and ready for immediate delivery to the ERDC/CERL facility in Champaign, Illinois, emphasizing the importance of timely delivery and compliance with federal procurement standards. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to John E. (Ed) Hodges at john.hodges@gsa.gov or 703-603-8586.