Compact Tractor and Attachments
ID: W912ES25QA036Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST PAULSAINT PAUL, MN, 55101-1323, USA

NAICS

Farm Machinery and Equipment Manufacturing (333111)

PSC

TRACTORS, WHEELED (2420)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking proposals from small businesses for the procurement of a new compact tractor and attachments to support maintenance operations at Lock and Dam 3 in Welch, Minnesota. The contractor will be responsible for supplying a Kubota LX3520 HSDC tractor, which must meet specific performance specifications, including a minimum of 34 horsepower, and delivering it along with any attachments by September 30, 2025. This equipment is crucial for maintaining the natural embankment along the Mississippi River and for flood response efforts, reflecting the government's commitment to maintaining critical infrastructure. Interested parties should contact Karl Just at karl.p.just@usace.army.mil or Jesse Onkka at Jesse.L.Onkka@usace.army.mil for further details, and proposals must be submitted electronically in accordance with the solicitation requirements.

    Files
    Title
    Posted
    The solicitation seeks proposals for a compact tractor and attachments to support maintenance at Lock and Dam 3 in Welch, Minnesota. The acquisition is set aside entirely for small businesses and involves the provision of a new Kubota LX3520 HSDC tractor with specific performance specifications, including a minimum of 34 horsepower and various attachments. The successful contractor will be responsible for delivering the tractor and any attachments by September 30, 2025, including the cost of transport. The document outlines a range of compliance requirements, including Federal Acquisition Regulation clauses and stipulates that quotes must be submitted electronically, detailing pricing in whole penny amounts along with product specifications. A comprehensive understanding of the solicitation is essential for bidders, as it highlights the evaluation criteria and necessary documentation for the proposal submission. This opportunity reflects the government's commitment to maintaining critical infrastructure through reliable and efficient equipment acquisition while promoting small business participation in federal contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    4K Forklift
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure a 4K Forklift for use at Fort Hood, Texas. The specifications for the forklift include a diesel engine with a minimum of 47.5 HP, a 4000LB capacity, and various hydraulic and safety features, all of which must comply with the Buy American Act requirements. This equipment is crucial for operational efficiency in warehouse and logistics operations, ensuring that the Army can effectively manage its material handling needs. Interested vendors should provide a picture of the forklift along with the item specification sheet and can contact Rodney Allen at rodney.allen.civ@army.mil or by phone at 254-287-1788 for further details.
    Water truck
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for the Dynapower Pump Replacement 2025 under Solicitation Number W912EE26QA004. This procurement, designated as a 100% Small Business Set-Aside, aims to replace an outdated Dynapower pump and servo/moog valve on the Mat Sinking Unit's Matboat 4801, with the contract to be awarded based on capability and price, favoring the lowest-priced, capable offer. The successful contractor will be responsible for delivering the replacement pump by January 9, 2026, or one week after the award, with quotes due electronically by December 31, 2025, at 11:00 AM. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or R. Brent Hester at richard.b.hester@usace.army.mil.
    Inland River Towboat
    Dept Of Defense
    The U.S. Army Corps of Engineers - St. Paul District is seeking to procure a commercial off-the-shelf (COTS) inland river towboat, either new or used (1990 or newer), to support operations on the Upper Mississippi River. The vessel must meet specific requirements, including a draft of no more than 8 ft 6 in, a power range of 1,200 to 3,000 BHP (with a preference for 1,800 - 2,000 for new builds), and accommodations for at least four crew members, including a head, shower, and galley area. This procurement is crucial for maintaining operational efficiency on the river, and the contract will be awarded based on the Best Value approach. Interested vendors must submit their offers through the PIEE Module, and for further inquiries, they can contact John Riederer at John.P.Riederer@usace.army.mil or call 651-290-5614.
    Agricultural Wash of Military Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide agricultural wash services for military equipment in support of the 1st Brigade Combat Team, 101st Airborne Division (Air Assault) as they prepare for deployment to the United States European Command area of responsibility. This procurement involves a firm-fixed-price purchase order utilizing Fiscal Year 2023 Operations and Maintenance, Army (OMA) funds, highlighting the importance of maintaining equipment hygiene and compliance with environmental standards during military operations. Interested parties can reach out to Angela Piekielko at angela.c.piekielko.civ@army.mil or by phone at 270-461-1012, or Ray Neblett at james.r.neblett2.civ@army.mil or 270-412-9834 for further details regarding this opportunity.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    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
    Dept Of Defense
    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.
    3389 LCHD-ESS Special Notice - Draft Specification
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the design, construction, testing, and delivery of a new Large Class Hopper Dredge (LCHD-ESS) to replace the aging ESSAYONS. The procurement aims to develop a vessel with a 6,500 cubic yard capacity, diesel-electric power, and azimuthing thruster propulsion, which must meet stringent performance requirements for dredging in challenging conditions while adhering to various regulatory standards, including those from ABS and CARB. This dredge will primarily operate on the West Coast, with key operational locations including the Columbia River and San Francisco, and is essential for maintaining navigable waterways. Interested contractors should direct inquiries to Michael J. Hunter at michael.hunter@usace.army.mil or Domenic Sestito at Domenic.L.Sestito@usace.army.mil, with proposals due by the specified deadlines.
    Vehicular Track Tension Device
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of six Vehicular Track Tension Devices, identified by NSN 2530-01-601-6921 and part number 9243393, manufactured by John Deere Shared Services, LLC. This opportunity is a total small business set-aside, requiring bidders to submit offers for the complete quantity, with the intention of awarding a firm-fixed-price contract. The devices are critical components for vehicular systems, and delivery is expected within 120 days post-award to DLA Distribution Red River in Texarkana, Texas. Interested parties must submit their proposals electronically by December 19, 2025, at 5:00 PM EST, and can direct inquiries to Junae Tabb at Junae.Tabb@dla.mil or by phone at 385-591-2861.
    3805--CAT 255 Track Loader
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting a Sources Sought Notice (36C25226Q0142) to identify qualified businesses capable of providing a brand-name or equal CAT 255 Track Loader for the Oscar G. Johnson VA Medical Center in Iron Mountain, MI. The procurement requires a track loader with specific features, including a minimum engine power of 74 HP, an operational weight between 8,500-10,000 lbs, high hydraulic flow of at least 30 GPM, rubber tracks, a lift capacity of 3,500 lbs, and a 66-inch bucket, along with various optional attachments. This equipment is crucial for the VA's operational needs, ensuring efficient earth moving and excavating tasks. Interested parties, particularly Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other small businesses, must submit their company information, business category, capability statement, and manufacturer authorization by December 16, 2025, to Contracting Officer Jennifer Mead at Jennifer.Mead@va.gov or by phone at 414-844-4800.