Compact Track Loader Purchase
ID: 140P4325Q0040Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02108, USA

NAICS

Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing (333112)

PSC

EARTH MOVING AND EXCAVATING EQUIPMENT (3805)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking proposals for the purchase of a Compact Track Loader to be utilized at Assateague Island National Seashore. The procurement aims to replace an aging model that has exceeded its service life, with specific requirements including a minimum horsepower of 74 HP, compliance with Tier 4 emission standards, and operational capabilities such as a maximum operating weight of 12,000 pounds. This equipment is crucial for maintaining operational efficiency and supporting conservation efforts within the national seashore. Interested small businesses, including service-disabled veteran-owned and economically disadvantaged women-owned enterprises, must submit their proposals by the specified deadlines, with delivery expected within 250 days of contract award. For further inquiries, bidders can contact Melvin Gartrell at melvin_gartrell@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service at Assateague Island National Seashore seeks to procure one Compact Track Loader to replace an aging model that has surpassed its service life. The request outlines essential specifications, including a minimum horsepower of 74 HP, compliance with Tier 4 emission standards, and operational capabilities such as a maximum operating weight of 12,000 pounds and specific hydraulic system features. Bidders must be from a full-service dealership located within 50 miles of the park headquarters and must provide necessary support and maintenance. Delivery is expected within 250 days of contract award, and items will be delivered to the Maryland District Maintenance Facility during designated hours. The successful contractor is required to supply the loader alongside service manuals and training materials, ensuring the park's maintenance division has reliable equipment to support operations. The park will facilitate the unloading process upon delivery. This procurement illustrates the Park Service’s commitment to maintaining its operational efficiency and supporting conservation efforts at the national seashore.
    The document outlines a Request for Proposal (RFP) for the procurement of a Compact Track Loader intended for use at Assateague Island National Seashore. The proposal includes specific requirements for delivery within 250 days of order receipt, with a performance period extending from May 30, 2025, to February 4, 2026. The solicitation encourages bids from various small business classifications, including service-disabled veteran-owned and economically disadvantaged women-owned businesses. Key components of the proposal comprise payment procedures, compliance with the Federal Acquisition Regulation (FAR), and the prohibition of certain telecommunications equipment and services, particularly those associated with Kaspersky Lab and ByteDance. Additional clauses emphasize environmental considerations and labor standards, including provisions against the use of All-Terrain Vehicles (ATVs) on National Park Service lands. The contractor is reminded to register in the System for Award Management (SAM.gov) and utilize the U.S. Department of the Treasury's Invoice Processing Platform for payment requests. This meticulous approach reinforces accountability and compliance while promoting small business participation in federal contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    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.
    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.
    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.
    MN VALLEY DEBRIS BLOWER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the procurement of a debris blower for the Minnesota Valley National Wildlife Refuge. The required debris blower must feature a 24.6 hp gas engine, a high-efficiency axial flow fan, and a handheld wireless RF controller, among other specifications, with a delivery date set for March 1, 2026. This equipment is crucial for maintaining the refuge's landscape and ensuring the health of its ecosystems. Interested small businesses must submit their quotations by December 22, 2025, to Jeremy Riva at jeremyriva@fws.gov, with the award based on best value considerations including specifications compliance, past experience, and price.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.
    Pacific Continental Midwest Grounds & Cemetery Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), specifically the National Cemetery Administration (NCA), is seeking qualified small businesses to supply grounds maintenance and cemetery operations equipment for the Pacific, Continental, and Midwest District National Cemeteries. The procurement aims to establish multiple-award Blanket Purchase Agreements (BPAs) for new, commercially available equipment, including tractors, mowers, trailers, excavators, and forklifts, all meeting OEM specifications and warranties. This equipment is crucial for maintaining the operational standards of national cemeteries, ensuring they remain well-kept and respectful environments for veterans. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), must submit their responses, including company information and capabilities statements, in PDF format by the specified deadline to Brian Trahan at brian.trahan@va.gov.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.