ToolCat 5600
ID: W911XK26QA003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST DETROITDETROIT, MI, 48226-5000, USA

NAICS

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

PSC

EARTH MOVING AND EXCAVATING EQUIPMENT (3805)

Set Aside

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

    The U.S. Army Corps of Engineers (USACE) Detroit District is seeking quotes for the procurement of a new utility work machine, specifically a Bobcat UW56, along with a Deluxe Road Package and various attachments, to replace an aging ToolCat 5600. This procurement is classified as a total small business set-aside and will be awarded as a Firm-Fixed Price contract to the lowest-priced responsible offeror that meets the solicitation requirements. The delivery location is in Sault Sainte Marie, Michigan, with a deadline for delivery set at 120 days post-award. Interested vendors must submit their electronic quotes by November 28, 2025, at 2:00 PM (Eastern), and can direct inquiries to Michelle Barr at michelle.barr@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government Request for Quote (RFQ) is for the U.S. Army Corps of Engineers, Detroit District, to procure a new utility work machine (Bobcat UW56) and a front-mount salt/sand spreader. The acquisition, a total small business set-aside, aims to replace an aging ToolCat 5600 and provide an additional machine for the Lock Operations Section in Sault Sainte Marie, MI. The contract will be a Firm-Fixed Price Supply Contract, awarded to the lowest-priced, responsible offeror meeting the RFQ’s requirements. The document specifies detailed technical requirements for both machines, including engine horsepower, hydraulic flow, and dimensions, emphasizing that specific Bobcat part numbers for the main unit and its accessories are mandatory, with no equivalents accepted. Instructions for offerors cover registration in the System for Award Management (SAM), submission of electronic quotes by email, and adherence to various FAR and DFARS clauses, including those related to cybersecurity (NIST SP 800-171 DoD Assessment) and veteran employment. The solicitation also highlights a preference for privately-owned U.S.-flag commercial vessels for transportation.
    This document is an amendment to Solicitation Number W911XK26QA003, extending the offer receipt deadline. The original solicitation, dated October 29, 2025, from ENDIST DETROIT Contracting Office KO, had its response due date changed from November 21, 2025, to November 28, 2025, at 2:00 PM (ET). Offerors must acknowledge this amendment via specified methods (completing items 8 and 15, acknowledging on each offer copy, or sending a separate communication) before the new deadline. Failure to acknowledge may result in the rejection of offers. Any changes to previously submitted offers must also reference this amendment and be received by the new deadline. All other terms and conditions of the original solicitation remain unchanged.
    This government file, Amendment of Solicitation/Modification of Contract (Standard Form 30), addresses an amendment to solicitation number W911XK26QA003, dated October 29, 2025, issued by ENDIST DETROIT. The amendment, number 0002, dated November 17, 2025, includes responses to Requests For Information (RFIs) regarding the applicability of the Nonmanufacturer Rule (FAR 52.219-33) for a total small business set-aside under NAICS 333924 involving a brand-name purchase. The government's response clarifies that FAR 52.219-33 is not applicable to this solicitation, thus no waiver is required, and a small-business prime acting as a reseller is acceptable provided other requirements are met. The document outlines the procedures for acknowledging receipt of amendments and making changes to offers, emphasizing the importance of timely submission.
    Lifecycle
    Title
    Type
    ToolCat 5600
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    South Haven and New Buffalo Maintenance Dredging
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Detroit District, is seeking a contractor for maintenance dredging services at South Haven Harbor and New Buffalo Harbor in Michigan. The project entails mobilizing to dredge both harbors and demobilizing upon completion, with the contract expected to be awarded as a 100% Small Business Set Aside based on the lowest responsible bid. This procurement is crucial for maintaining navigable waterways, and the estimated contract value ranges between $500,000 and $1,000,000, with a Firm-Fixed Price (FFP) structure. Interested contractors should note that the anticipated solicitation will be posted on April 7, 2026, with bids due by May 7, 2026, and must register in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM) to participate.
    Corps Island Unloading
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Snow Removal Equipment Rental for Fort Wainwright, Alaska
    Buyer not available
    The Department of Defense is soliciting quotes for the rental of snow removal equipment, specifically two All-Wheel Drive Motor Graders and two Wheel Loaders, to be delivered to Fort Wainwright, Alaska. The procurement aims to support snow removal operations in the Ft. Wainwright Training Areas from January 12, 2026, to February 22, 2026, requiring contractors to provide all necessary personnel, equipment, supplies, and services, including maintenance and compliance with federal and military regulations. Interested small businesses must submit their quotes, including pricing and equipment specifications, by December 15, 2025, with questions due by December 8, 2025; all submissions must comply with SAM registration and various FAR and DFARS provisions. For further inquiries, potential offerors can contact SSG Eric Kim at eric.k.kim.mil@army.mil or MAJ Molly Libowski at molly.a.libowski.mil@army.mil.
    Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Construction and Maintenance Dredging wit
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. This procurement aims to secure fully operated dredging services, including the necessary plant and personnel, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. The contract, valued at a combined capacity of $99.5 million, will be awarded as Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts over a five-year period, with individual task orders estimated between $5 million and $10 million. Interested vendors should register on the Interested Vendors List at https://sam.gov/ and are encouraged to monitor the Contract Opportunities Website for updates, as the solicitation is expected to be issued in January 2026, with proposals due in February 2026. For further inquiries, contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
    GLRI-Monguagon Creek-Upper Trenton Channel (MCUTC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Detroit District, is conducting market research for the GLRI-Monguagon Creek-Upper Trenton Channel (MCUTC) project, which involves mechanical dredging and placement construction services for contaminated sediment in Riverview, Michigan. The contractor will be responsible for providing all necessary materials, labor, equipment, and supervision to mechanically dredge and remove contaminated sediment, with anticipated placement in the Pointe Mouillee Confined Disposal Facility. This project is significant for environmental remediation efforts and is estimated to have a construction value between $10 million and $20 million, with a contract expected to be awarded in April/May 2026. Interested firms should submit their capabilities by December 10, 2025, to the designated contacts, Marna Rockwell and Lisa May, via the provided email addresses.
    Sebewaing River South Levee Repairs
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the Sebewaing River South Levee Repairs project, which is exclusively set aside for small businesses. The project involves mobilizing equipment to Sebewaing, Michigan, and executing tasks such as clearing vegetation, installing steel sheet piles, earth anchors, and backfilling/grading along the Sebewaing River and south levee. This work is crucial for maintaining the integrity of the levee system, which plays a vital role in flood management and environmental protection. Interested contractors can reach out to Sally Artz at sally.artz@usace.army.mil or call 313-226-2206 for further details regarding the solicitation.
    Cornucopia Harbor Maintenance Dredging
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the maintenance dredging of the Cornucopia Harbor Federal navigation channel located near Bell, Wisconsin. The project requires the contractor to mobilize to the harbor and perform mechanical dredging within the Inner Harbor South Arm, North Arm, and optional work in the Outer Harbor, with dredged material to be placed in three designated upland sites before demobilization. This maintenance work is crucial for ensuring navigability and safety in the harbor, which supports local maritime activities. Interested contractors, particularly small businesses, should contact Dorretta Battles at 313-226-2719 or via email at dorretta.j.calhoun-battles@usace.army.mil for further details regarding the solicitation.
    CAT Skid Steer Engine Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure a replacement engine for a CAT skid steer through a sole source justification. The requirement is for a brand name engine provided by Caterpillar, with the closest authorized service center located in Syracuse, NY, which is essential for maintaining operational readiness at Fort Drum, NY. This procurement is critical for the maintenance and repair of construction and excavation equipment used by the Army. Interested vendors can reach out to Renee Fletcher at renee.m.fletcher.civ@army.mil or call 315-772-9905 for further details regarding this opportunity.
    St. Joseph Outer Harbor and Holland Outer Harbor Maintenance Dredging
    Buyer not available
    The Department of Defense, through the Department of the Army's W072 Endist Detroit office, is soliciting bids for maintenance dredging at the St. Joseph Outer Harbor in Berrien County, MI, and the Holland Outer Harbor in Ottawa County, MI. The project involves mobilizing a dredge to both locations, with specific dredging stations outlined for each harbor, and includes nearshore placement of dredged materials within designated contours. This maintenance dredging is crucial for ensuring navigability and safety in these harbors, which are vital for local maritime activities. Interested small businesses are encouraged to reach out to Dorretta Battles at 313-226-2719 or via email at dorretta.j.calhoun-battles@usace.army.mil for further details, as this opportunity is set aside for total small business participation.
    Mowing Services for Fort Supply Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide mowing services for Fort Supply Lake, Oklahoma. This procurement is a total small business set-aside, with the aim of maintaining the landscaping and groundskeeping at the site, which is crucial for environmental management and recreational use. The solicitation, identified as W912BV26QA015, is expected to be issued around December 12, 2025, with a closing date anticipated for January 12, 2026, and the contract will be awarded on a Firm-Fixed Price basis for one base period and four option periods. Interested contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073 for further details.