Rental of Two (2) 30 CY Articulating Dump Trucks - Kellogg, MN
ID: W912ES25Q0038Type: Solicitation
Overview

Buyer

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

NAICS

Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing (532412)

PSC

LEASE OR RENTAL OF EQUIPMENT- CONSTRUCTION, MINING, EXCAVATING, AND HIGHWAY MAINTENANCE EQUIPMENT (W038)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking proposals for the rental of two articulating dump trucks with a minimum capacity of 30 cubic yards, to be utilized in Kellogg, Minnesota. The trucks must feature an automatic transmission, comply with EPA Tier 4 emissions standards, and include specific safety features, with the contractor responsible for routine maintenance and service support in case of equipment failure. This procurement is crucial for supporting construction and maintenance projects, emphasizing the importance of small business participation, particularly from service-disabled veteran-owned and women-owned businesses. Interested contractors must submit their quotes by 11:00 AM on March 14, 2025, and can reach out to John P. Riederer at John.P.Riederer@usace.army.mil or by phone at 651-290-5614 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Proposal (RFP) issued by the U.S. Army Corps of Engineers (USACE) St. Paul District seeking rental services for two articulating dump trucks without operators. The trucks must have a minimum capacity of 30 cubic yards, an automatic transmission, EPA Tier 4 compliance, and specific safety features. The contractor is required to provide routine maintenance and a guarantee of service support in case of equipment failure. The rental period begins no later than April 14, 2025, with a base duration of one month and optional extensions of one week each. Quotes from interested contractors must be submitted by 11:00 AM on March 14, 2025, and should include manufacturer specifications. The solicitation includes preferences for small businesses, especially service-disabled veteran-owned and women-owned businesses, aligning with federal regulations for equal opportunity and business participation. Key points also address the delivery logistics and inspection terms. Overall, the document outlines clear expectations for servicing the government's project needs while promoting compliance with federal contracting standards and fostering small business participation in government contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    24 ft Dual Axle Gooseneck Trailer - Watson, MN
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting bids for the supply and delivery of a 24-ft Dual Axle Dual Wheel Gooseneck Trailer for the Lac Qui Parle Project in Watson, Minnesota. The trailer must meet specific requirements, including a gross vehicle weight rating of 40,000 lbs, a 30,000 lb Bulldog BX1 towing coupler, hydraulic beavertail ramp, and electric brakes, ensuring compliance with safety and functionality standards. This procurement emphasizes the government's commitment to utilizing small businesses, as it is a 100% Small Business Set-Aside under NAICS Code 336212, with quotes due by 11:00 AM on March 18, 2025, and delivery expected within 180 days of contract award. Interested contractors should contact John P. Riederer at John.P.Riederer@usace.army.mil or call 651-290-5614 for further details.
    Dump Truck with Loading Crane
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure a Dump Truck with Loading Crane for the 6981st Combat Support Group (CSG) to support operations related to the installation and maintenance of communication cables across the USAREUR. The truck must have a weight capacity of 16 to 20 tons and include specific features such as a Euro 6 engine (220 to 280KW), automatic transmission with hydraulic shift, and a high-performance crane with remote control capabilities, all designed to ensure effective transportation in varying terrains. This procurement is critical for maintaining communication infrastructure, emphasizing the need for a reliable vehicle that meets operational requirements. Interested vendors can contact Anna-Karina Dragolich at anna-karina.dragolich.civ@army.mil or Kelsey Males at kelsey.j.males.civ@army.mil for further details.
    Truck
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of trucks through a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses under the SBA guidelines and falls under the NAICS code 333112, which pertains to Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing. The trucks will be utilized for various military operations and logistical support, highlighting their importance in maintaining operational readiness. Interested vendors can reach out to Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476, or contact Ralph Jones at ralph.m.jones12.civ@army.mil or 315-772-1669 for further details.
    W912EE25BA003 - LEASE OF ONE CUTTERHEAD, HYDRAULIC PIPELINE DREDGE (NOT LESS THAN 24 INCH DIAMETER), FULLY OPERATED WITH ATTENDANT PLANT AND PERSONNEL, AND WITH A DRAFT NOT TO EXCEED 9 FEET, FOR CONSTRUCTION AND MAINTENANCE DREDGING WITHIN THE VICKSBURG D
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the lease of one fully operated cutterhead hydraulic pipeline dredge, specifically designed for construction and maintenance dredging within the Vicksburg District in Mississippi. The procurement aims to support vital infrastructure projects and is classified as unrestricted, with an estimated contract value between $5 million and $10 million. This dredging equipment is essential for maintaining navigable waterways and ensuring efficient sediment management in the region. Interested contractors must submit sealed bids by March 26, 2025, and are required to comply with various federal regulations, including the Davis-Bacon Act wage determinations. For further inquiries, contractors can contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or by phone at 601-631-5248.
    FY 25 Preventative Maintenance on and Repairs to Caterpillar, Volvo and John Deere Equipment and Engines
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Philadelphia District is seeking qualified contractors for preventative maintenance and repairs on Caterpillar, Volvo, and John Deere equipment and engines as part of a Sources Sought Notice for Fiscal Year 2024. The procurement aims to assess industry interest and ensure a sufficient pool of contractors, both large and small, capable of performing essential maintenance tasks, including fluid sample testing and emergency/non-emergency repairs on specified heavy equipment. This IDIQ contract will span multiple years, with performance periods running from approximately April 21 to April 20 each year until April 2030, covering various locations in Pennsylvania, New Jersey, Delaware, and Maryland. Interested contractors must submit their qualifications and capability statements via email to Tiffany Chisholm by November 14, 2024, and must be registered in the System for Award Management (SAM).
    NEW XL 50 RIDGID GOOSENECK TRAILER
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Division, is seeking quotations for the procurement of a new XL 50 Ridgid Gooseneck Trailer. The procurement aims to acquire a trailer that meets specific design and performance specifications, including dimensions, capacities, and braking systems, to support federal transportation initiatives. This trailer is essential for various transportation projects, ensuring efficient and reliable transport of materials and equipment. Interested vendors must submit their quotes by March 12, 2025, with a delivery requirement by September 30, 2025. For further inquiries, potential bidders can contact Regina P. McDonald at Regina.McDonald@dot.gov or by phone at 703-404-6268.
    Duluth Maintenance Dredging
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is seeking information from qualified businesses regarding the Duluth Maintenance Dredging project in Duluth, Minnesota. This Sources Sought notice aims to gather insights on the capabilities of firms in the heavy and civil engineering construction sector, particularly those classified under NAICS code 237990, to assess their interest and ability to undertake dredging work. The project is crucial for maintaining navigable waterways and supporting maritime operations, thereby enhancing economic activities in the region. Interested companies are encouraged to submit their qualifications, including details of relevant past projects, bonding capabilities, and any plans for subcontracting, to Frederick Coffey at frederick.coffey@usace.army.mil or Michelle Barr at michelle.barr@usace.army.mil.
    Mini Excavator
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Mini Excavator through a Combined Synopsis/Solicitation. This opportunity is set aside for small businesses under the SBA guidelines and falls under the NAICS code 333120, which pertains to Construction Machinery Manufacturing. The Mini Excavator will be utilized for earth moving and excavating tasks, highlighting its importance in various construction and military operations. Interested vendors can reach out to Anthony Zyla at anthony.j.zyla.civ@army.mil or by phone at 703-614-0476, or Ralph Jones at ralph.m.jones12.civ@army.mil or 315-772-1669 for further details regarding the submission process and timelines.
    Bobcat UW56 Toolcat
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of one Bobcat UW56 Toolcat with standard equipment for Minot Air Force Base in North Dakota. This acquisition is set aside exclusively for small businesses under NAICS code 336110, which encompasses automobile and light-duty motor vehicle manufacturing, and requires delivery within 120 days post-order. Proposals will be evaluated based on technical capability and price, with a focus on the most advantageous offer to the government, although it is important to note that no funds are currently available for this project. Interested parties must submit their quotations by March 14, 2025, and can contact SSgt Tyler Webber at tyler.webber@us.af.mil or A1C Dillard, Jalen at jalen.dillard.1@us.af.mil for further information.
    W912EE25BA002 - LEASE OF ONE CUTTERHEAD, HYDRAULIC PIPELINE DREDGE (NOT LESS THAN 24 INCH DIAMETER), FULLY OPERATED WITH ATTENDANT PLANT AND PERSONNEL, AND WITH A DRAFT NOT TO EXCEED 9 FEET, FOR CONSTRUCTION AND MAINTENANCE DREDGING WITHIN THE VICKSBURG D
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the lease of a fully operated cutterhead, hydraulic pipeline dredge with a minimum diameter of 24 inches for construction and maintenance dredging services in Vicksburg, Mississippi. This procurement, identified as solicitation No. W912EE25BA002, requires bidders to meet specific qualifications, provide performance and payment bonds, and adhere to safety standards and wage determinations as outlined in the solicitation. The contract, valued between $5 million and $10 million, emphasizes the importance of contractor compliance and integrity, with bids due by March 27, 2025. Interested parties can direct inquiries to Andrew McCaskill at andrew.mccaskill@usace.army.mil or by phone at 601-631-5248.