23--UTV Winnemucca - Wilder
ID: 140L3925Q0039Type: Solicitation
AwardedJun 3, 2025
$39.6K$39,623
AwardeeLOGISTICS365 INC 84640 US HIGHWAY 81 Norfolk NE 68701 USA
Award #:140L3925P0060
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNEVADA STATE OFFICERENO, NV, 89502, USA

NAICS

All Other Transportation Equipment Manufacturing (336999)

PSC

MOTORCYCLES, MOTOR SCOOTERS, AND BICYCLES (2340)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking proposals for the procurement of a new utility task vehicle (UTV) side-by-side (SXS) for the Winnemucca Fire District, aimed at enhancing fire operations in remote areas. The vehicle must accommodate six passengers, feature four-wheel drive, and comply with specific safety and performance specifications, including a Roll Over Protection System (ROPS), a minimum 12-inch ground clearance, and a robust cargo box. This procurement underscores the BLM's commitment to operational efficiency and safety in environmental management, particularly in rugged terrains where standard vehicles cannot operate effectively. Proposals are due by 11:59 PM on May 9, 2025, with delivery expected by June 1, 2025; interested parties can contact Matthew Bernard at mbernard@blm.gov or call 775-861-6420 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) Winnemucca Field Office requires a new side-by-side (SXS) utility vehicle for fire operations in remote areas. The vehicle must comply with specific safety and performance specifications including a Roll Over Protection System (ROPS), a 70 hp gasoline engine, and capacity for 6 passengers with appropriate seating configurations. Additional specifications include 4WD/AWD capabilities, a minimum 12-inch ground clearance, and significant payload and towing capacities. The vehicle must also feature a robust metal or heavy-duty aluminum cargo box, all-terrain tires, and several optional accessories such as a winch and a fully enclosed cab. Delivery must accommodate ground-only transport without loading dock facilities. This RFP emphasizes the importance of robust utility vehicles for effective fire suppression and management missions in rugged terrains, reflecting the BLM's commitment to operational efficiency and safety in environmental management tasks.
    The document addresses specific amendments related to a government Request for Proposal (RFP) numbered 140L3925Q0039, primarily focusing on equipment specifications for vehicles. It outlines acceptable configurations for several components: 1. **Parking System**: Vehicles with a PARK transmission do not need additional parking brakes, while those without it require a functional emergency brake. 2. **Cargo Bed**: A fully metal cargo bed is mandatory, with the allowance for non-metal liners. The document specifies that metal frames enhance durability and compatibility with various mounted equipment. 3. **Door Specifications**: A solid, full-height door is preferred to a two-piece design. 4. **Accessory Lighting**: LED light bars and work lights are acceptable attachments. 5. **Speed Governor Kit and Tool Kit**: These specifications have been deemed unnecessary and are not a concern for this RFP. The purpose of these amendments is to clarify product requirements, ensuring that potential suppliers understand the basis for the needed specifications while enabling the procurement of durable and functional vehicles for governmental operations. This document reflects the detailed review process typical within federal RFPs to standardize necessary equipment features.
    The document details an amendment to a solicitation related to the procurement of utility terrain vehicles (UTV SxS) for the Winnemucca Fire District. It outlines the procedures for offer acknowledgment and submission deadlines, emphasizing that bidders must confirm receipt of the amendment to avoid rejection of their offers. The deadline for bids has been extended to May 9, 2025, at 11:59 PM, with a required delivery date set for June 1, 2025. Responses to specification queries are addressed in this amendment, and bidders unable to meet the delivery deadline are asked to provide an alternative date. The document is issued by the Bureau of Land Management, and further inquiries can be directed to the designated Contract Specialist. It retains all previously established terms and conditions of the original solicitation unless specified otherwise, showcasing the formal and structured nature of government procurement processes.
    The Bureau of Land Management (BLM) Winnemucca Field Office issued a Request for Quote (RFQ) under solicitation number 140L3925Q0039 for a new utility task vehicle (UTV) side by side (SXS) to access areas inaccessible by standard vehicles. Proposals are due by 11:59 PM on May 7, 2025, and delivery is expected by June 1, 2025, at the specified address in Winnemucca, NV. The procurement is classified as an unrestricted small business set-aside. The document breaks down various sections, including specifications for the vehicle, contract clauses - notably requiring compliance with federal acquisition regulations, electronic payment, and inspection protocols. The evaluation criteria highlight that the selection will be based on lowest price technically acceptable, ensuring submitted quotes meet defined technical specifications. Furthermore, contractors must provide appropriate representations and certifications, and any proposal must be submitted electronically. Key compliance measures are detailed regarding telecommunications policies, emphasizing prohibitions against certain technology suppliers. This solicitation epitomizes government procurement processes, emphasizing transparency, competitive sourcing, and mission readiness while adhering to regulatory standards.
    Lifecycle
    Title
    Type
    Award
    Similar Opportunities
    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.
    MN Litchfield WMD - UTV with Trade-in
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a new Utility Terrain Vehicle (UTV) with a trade-in option for a 2017 Polaris Ranger as part of their operations at the Litchfield Wetland Management District (WMD). The UTV must meet specific requirements, including a 950 cc/65 HP engine, automatic transmission, and features suitable for safe operation in cold weather, such as power steering and a full cab with heating. This procurement is critical for enhancing operational efficiency in wildlife management activities, with quotes due by January 7, 2026, at 2:00 PM ET, and submissions should be directed to Dana Arnold at danaarnold@fws.gov. The contract will be awarded based on best value, considering both technical specifications and pricing, with the contractor responsible for delivery to the specified location in Litchfield, MN.
    3-Passenger Crossover Utility Vehicle - Acoma-Cañoncito-Laguna (ACL) Indian Health Center - Pueblo of Acoma, NM
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Albuquerque Area Indian Health Service, is seeking quotations for the procurement of one 3-Passenger Crossover Utility Vehicle along with a compatible Snowplow Attachment for the Acoma-Cañoncito-Laguna Indian Health Center in New Mexico. The specific requirements include a John Deere Gator XUV 845M Open from the 2025 model year and a Western Impact Heavy-Duty Straight Blade snowplow, which must include a mounting kit and a cost estimate for shipping. This procurement is essential for maintaining operational efficiency in snow removal and utility transportation, reflecting the government's commitment to supporting Indian Small Business Economic Enterprises (ISBE) under the Buy Indian Act. Interested vendors must submit their quotes via email by March 25, 2025, and direct any questions to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov by March 18, 2025.
    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.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    Chevy Tahoes (QTY:4)
    General Services Administration
    The General Services Administration (GSA) is seeking qualified vendors to provide four (4) Chevrolet Tahoes for the Immigration and Customs Enforcement Agency (ICE). The procurement requires the vehicles to be 2025 models or newer, equipped with specific features such as a 6.2L V8 engine, 4WD, and a towing capacity of at least 7,600 lbs, with delivery required by December 31, 2025. This opportunity is a total small business set-aside, emphasizing the importance of compliance with technical specifications and delivery terms in the evaluation process. Interested parties must submit their quotes by December 17, 2025, and direct any inquiries to Fisher Hallett at fisher.hallett@gsa.gov or April Stanch at april.stanch@gsa.gov.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    U.S. Embassy Manama - Vehicle Purchase
    State, Department Of
    The U.S. Embassy in Manama, Bahrain, is seeking competitive proposals for the purchase of one brand-new, full-size 2025 SUV vehicle as part of Request for Quotation (RFQ) number MPR0572237. The vehicle must meet specific requirements, including a 3.5L V6 engine, 10-speed automatic transmission, and a warranty of 5 years or 100,000 km, with delivery to the Embassy inclusive of VAT. This procurement is crucial for the Embassy's operational needs, ensuring reliable transportation for its staff. Proposals must be submitted electronically by December 22, 2025, at 16:00 Bahrain Time, and interested vendors should contact Sean Daniels or Geji Joseph for further information, ensuring compliance with NDAA regulations and SAM registration prior to submission.
    T--On-Call/Exclusive Use Unmanned Aircraft Systems (UAS) Emergency Fire Flight Ser
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for on-call and/or exclusive use Unmanned Aircraft Systems (UAS) emergency fire flight services to support the Office of Aviation Services. This procurement aims to provide essential aerial support for fire management across the contiguous lower 48 states over a five-year ordering period. The successful contractor must be registered in the System for Award Management (SAM.gov) and comply with the requirements outlined in the solicitation, which is set aside for small businesses under NAICS code 541370. The anticipated solicitation issue date is January 5, 2026, with a closing date projected for February 4, 2026. For further inquiries, interested parties may contact Stephanie Boles at stephanieboles@ibc.doi.gov.
    15 passenger vans.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified contractors for the rental of 15-passenger vans to support military operations at Fort Irwin, California. The contract requires the provision of operational vehicles from April 9 to May 25, 2025, with specific safety features and maintenance obligations outlined in the Statement of Work. These vans will be utilized primarily for transporting soldiers between various locations during military training rotations, emphasizing the importance of reliability and compliance with military safety standards. Interested contractors, particularly those classified as small businesses, must submit their quotes by March 24, 2025, and can direct inquiries to SSG Devin Fuller at devin.fuller2.mil@army.mil or Major Alan Lambert at alan.r.lambert4.mil@army.mil for further details.