Amphibious Tracked Vehicle, Horicon NWR, WI
ID: 140FS325R0003Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Construction Machinery Manufacturing (333120)

PSC

TRACTORS, FULL TRACKED, HIGH SPEED (2430)

Set Aside

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

    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of an Amphibious Tracked Vehicle for use at the Horicon National Wildlife Refuge in Wisconsin. The vehicle must meet specific requirements, including a 15'10" aluminum body, a 74 HP turbo diesel engine compliant with EPA Tier 4 standards, and capabilities for operation in diverse terrains, with a maximum load capacity of 10,000 lbs. This procurement is crucial for enhancing operational capabilities in wildlife management and conservation efforts, with the contract award anticipated by August 31, 2025. Interested small businesses must submit their quotes, including all required documentation, to Contract Specialist Fred Riley by May 19, 2025, and can contact him at fred_riley@fws.gov for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotes (RFQ) for construction machinery manufacturing, referenced as RFQ Number 140FS325R0003, following FAR regulations. The RFQ outlines compliance requirements with various clauses related to contract terms, execution, and federal regulations. Key items include the incorporation of clauses by reference related to integrity, cybersecurity, and small business considerations. The bidding process prioritizes technically acceptable proposals at the lowest price. Offerors must separately submit price and technical proposals and provide information on past performances relevant to the project scope. The document emphasizes the importance of complying with federal acquisition regulations and includes guidelines for using environmentally preferable products. Additionally, it details guidelines for electronic invoicing via the Treasury’s Invoice Processing Platform, reinforcing timely and accurate payment procedures. The overall purpose is to solicit competitive quotes while ensuring compliance with government standards and regulations.
    The document outlines a federal Request for Proposals (RFP) for an Amphibious Track Vehicle equipped with a trailer and a hydraulic rotary cutter accessory for the Horicon National Wildlife Refuge. Key specifications include a 15'10" aluminum body, a 74 HP turbo diesel engine meeting EPA Tier 4 standards, and a trailer with a maximum load capacity of 10,000 lbs. The vehicle is designed for versatility in various terrains, capable of speeds of 8 mph on land and 1 mph in water. It features advanced systems such as a hydraulic winch, a fire suppression system with dual aluminum water tanks, and auxiliary hydraulic circuits. The RFP also stipulates warranty conditions, including a one-year bumper-to-bumper coverage and a three-year engine warranty. The proposal's delivery date is set for August 31, 2025, with further contact details provided for the point of contact in the refuge. This procurement aligns with government initiatives to equip wildlife management agencies with suitable equipment for efficient operations and environmental stewardship.
    The document outlines a Request for Proposal (RFP) for the procurement of an Amphibious Tracked Vehicle designated for use at Horicon National Wildlife Refuge (NWR). The main objective is to secure one unit at a total price to be determined, with the unit cost inclusive of all necessary supplies, materials, and delivery to the location. The anticipated date for contract award is set for August 31, 2025. This procurement emphasizes the integration of transportation solutions within federal programs aimed at enhancing operational capabilities in wildlife management and conservation efforts. By specifying the expectation for comprehensive pricing, the document streamlines the acquisition process while ensuring that all logistical considerations are addressed. Overall, the RFP reflects the government's commitment to effectively manage and maintain wildlife refuge operations while focusing on environmental stewardship.
    The Past Experience Questionnaire – 140F0922Q0105 is designed for companies submitting proposals in response to government solicitations. It requires detailed information about the contractor's experience, including years of operation in services, past performance as a Prime or Sub-contractors, and employee qualifications. The questionnaire also asks if the contractor has ever failed to complete a project and requires the identification of key personnel. Contractors must provide references for similar projects completed in the last three years, preferably involving government contracts, detailing contract values, agency names, points of contact, and project scopes. Finally, the form includes a certification section, confirming the accuracy of the provided information and authorizing references to verify the contractor's capabilities. This questionnaire is critical for assessing the qualifications and reliability of bidders, ensuring compliance with government contracting standards, and aiding in the evaluation of proposals against project requirements.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    081107 WCF Replacement Utility Vehicle EN:1500
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for a 4x4 Utility Vehicle (UTV) to replace its current vehicle at the Pisgah Ranger District in North Carolina. The UTV must meet stringent specifications, including a minimum 999 cc gasoline engine, automatic transmission, seating for at least four passengers with a certified Roll Over Protection Structure (ROPS), and various performance capabilities such as a towing capacity of 1500 lbs. and a payload capacity of 1100 lbs. This procurement is critical for supporting the Forest Service's operational needs in managing the national forest, and it is set aside for small businesses under NAICS code 336999. Proposals are due by December 8, 2025, at 5:00 pm ET, and interested vendors should contact Brad Carlson at brad.a.carlson@usda.gov for further details.
    23--CHARLES M RUSSELL NWR - Bumper Pull Dump Trailer
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for a Bumper Pull Dump Trailer for the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana. The procurement requires a trailer that meets specific technical specifications, including dimensions, axle capacity, and various components such as electric brakes and LED lights, with delivery to be made to the refuge facility. This equipment is essential for the refuge's operational needs, supporting wildlife management and habitat maintenance efforts. Proposals are due by December 11, 2025, at 10 AM Eastern Time, and must be submitted via email to Dana Arnold at danaarnold@fws.gov, with the contract period of performance set from December 18, 2025, to June 5, 2026.
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of one outboard motor, specifically a Mercury Marine 150XL FourStroke or an approved equivalent, as part of a Total Small Business set-aside initiative. The motor, which is critical for operations at the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana, must meet specific technical specifications, including a 150 horsepower output and Smartcraft compatibility, among others. Interested vendors are required to submit their quotes by December 19, 2025, with delivery expected by February 2, 2026, and must ensure compliance with all outlined specifications to demonstrate equivalency. For further inquiries, vendors can contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    MN-MN VLY NWR-VEHICLE LIFT PURCHASE AND INSTALLATI
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the purchase and installation of a 20,000-lb capacity Rotary SPO20-TA/SPO20N0T0-BL 2-post above-ground automotive lift at the Minnesota Valley National Wildlife Refuge in Bloomington, MN. The project requires adherence to OSHA standards, local building codes, and the installation of a lift that is fully ALI/ETL-certified, along with the decommissioning of an existing lift. This procurement is critical for maintaining operational efficiency at the refuge's Rapids Lake Shop, ensuring safe and effective vehicle maintenance. Interested small businesses must submit their quotes by December 17, 2025, at 5:00 PM EST, with the contract period running from January 12, 2026, to March 11, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Polaris Snowmobile Sierra NF
    Buyer not available
    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.
    F--Invasive Species Control, Missisquo NWR, VT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for invasive species control at the Missisquoi National Wildlife Refuge in Swanton, Vermont. The project aims to eradicate invasive plant species across approximately 41 acres of grasslands, with a performance period scheduled from July 1 to July 20, 2026. This initiative is crucial for improving habitat for nesting birds and ensuring environmental sustainability. Interested small businesses must submit their quotes by December 8, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    2310--Utility Vehicle
    Buyer not available
    The Department of Veterans Affairs is soliciting offers for a utility vehicle, specifically a brand-name or equal Kubota RTVX2C-SKLH-1, intended for use by the Pittsburgh VAMC Prosthetics Department. The procurement requires a firm-fixed-price contract for one utility vehicle with features such as a hydraulic dump bed, hydrostatic transmission, diesel engine, 4WD, and an enclosed HVAC cab, all of which must meet specified dimensions. This vehicle is crucial for enhancing operational efficiency within the department, ensuring that the needs of veterans are met effectively. Interested vendors must submit their offers via email by December 8, 2025, at 3:00 PM EST, and include necessary documentation such as an OEM authorization letter and completed forms. For further inquiries, contact Tyler Kraft at tyler.kraft@va.gov or Andrea Aultman-Smith at Andrea.Aultman-Smith@va.gov.
    23' Aluminum Center Console Boat
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking quotations for a 23’ aluminum center console boat to be delivered to Perkinston, Mississippi. The procurement requires the boat to meet specific brand-name-or-equal characteristics, including a 2026 or newer model, a maximum water draft of 12 inches, a minimum fuel tank capacity of 50 gallons, and various other specifications related to size, weight, and equipment. This acquisition is crucial for the agency's operational needs and is set aside for small business concerns, with a total small business size standard of $40 million. Interested vendors must submit their quotations by the specified deadline, and for further inquiries, they can contact Amanda Barbosa at amanda.barbosa@usda.gov.
    400-Gallon Water Tanker Trailers
    Buyer not available
    The General Services Administration (GSA) is soliciting quotes for the procurement of twenty (20) 400-gallon water tanker trailers on behalf of the Department of Navy. These trailers must meet stringent Military and Society of American Engineer standards, featuring a 304L stainless steel tank, robust suspension, and capabilities for air transport, ensuring they are suitable for both tactical and commercial use. Interested vendors must submit their quotes electronically by December 12, 2025, and direct any questions by December 9, 2025, to the primary contact, John E. (Ed) Hodges, at john.hodges@gsa.gov. This opportunity is set aside for small businesses, and all submissions must comply with the requirements outlined in the attached documents.