23--MRG SFD 60 TON TRANSPORT TRAILER
ID: 140R4025Q0057Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONUPPER COLORADO REGIONAL OFFICESALT LAKE CITY, UT, 84138, USA

NAICS

Truck Trailer Manufacturing (336212)

PSC

TRAILERS (2330)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking quotes from small businesses for the procurement of a 60-ton transport trailer as part of a total small business set-aside initiative. The trailer is intended to facilitate the transportation of heavy machinery and oversized loads, requiring specific features such as a 4-axle configuration, an extendable deck, and compliance with DOT regulations. This procurement underscores the government's commitment to engaging small businesses while ensuring adherence to federal safety and performance standards. Interested contractors must submit their proposals by 2:00 p.m. on July 2, 2025, and can direct inquiries to Ronda Lucero at rlucero@usbr.gov or by phone at 505-462-3650.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Reclamation's Albuquerque Area Office requires a new 60-ton transport trailer to facilitate the transportation of heavy machinery and oversized loads for ongoing and future projects. The trailer must meet specific requirements including a 4-axle configuration, an extendable deck of 20 to 30 feet, adjustable outriggers, and compliance with DOT regulations. Key features include multi-position ride height, air or hydraulic systems for deck extension, LED lighting, and a durable design supporting a payload of up to 60 tons. Contractors must submit detailed product and warranty information within 28 days post-award, and compliance with Section 508 accessibility requirements for documentation is mandated. The Government will conduct a thorough review of submitted materials, requiring a 14-day minimum for processing. The contractor is responsible for delivery, setup, and protection against damage during transport. The project highlights the Government's commitment to efficiently managing resources while adhering to safety and regulatory standards in procurement processes.
    The document outlines a federal Request for Proposal (RFP) for the procurement of a new 60-ton transport trailer by the Middle Rio Grande Socorro Field Division. It includes a Price Schedule specifying the requirements for the submission of quotes that must cover all items listed under the Contract Line Item Number (CLIN) 00010. The key components include the cost of the trailer itself, as well as additional charges for freight, delivery, assembly, and any applicable taxes or fees. The proposal stipulates that bidders must provide a firm fixed-price total that comprehensively includes all costs. The government reserves the right to request further information to validate the individual line items presented in the bids. Overall, this document serves to detail the financial and logistical expectations for potential suppliers responding to the RFP, ensuring transparency and accountability in the contracting process.
    The document concerns a Request for Proposal (RFP) for a 60-ton transport trailer intended for the SFD, clarifying queries from potential contractors. It confirms that the trailer will be fully assembled and operational upon delivery. The SFD aims to utilize this trailer to transport a maximum of 110,000 pounds, specifically an Amphibious Excavator, which exceeds the trailer's capacity by design but emphasizes the importance of not consistently overloading for longevity and operational integrity. The unusual specifications of the four-axle fixed deck design raised concerns regarding liability and warranty, which the government addressed by explaining the trailer's proper use parameters and intended weight limits. This RFP reflects the government's priority on equipment durability and safe operational practices.
    The Bureau of Reclamation's Upper Colorado Region is seeking to procure a new 2025 60-ton transport trailer to support its operations. The trailer must facilitate the safe transportation of heavy machinery and oversized loads, featuring a 4-axle configuration, an extendable deck (20 to 30 feet), and adjustable outriggers (8.5 to 10 feet) to ensure load stability. Key specifications include compliance with DOT standards, structural integrity to support 60 tons, multi-position ride height options, wet-ready construction for hydraulic operation, and equipped with safety features such as LED lighting, D-rings, and strobe lights. Interested contractors must submit various documentation, including product data and installation manuals, for government review. The period of performance extends for six months post-award, with delivery required at the Socorro Field Division office. Contractors must ensure equipment protection during delivery, as well as compliance with warranty requirements and specifications outlined in the Statement of Work. This request reflects the Bureau's commitment to enhancing operational efficiency through proper equipment acquisition.
    This document outlines Amendment 0001 for the solicitation numbered 140R4025Q0057, issued by the Bureau of Reclamation, amending details pertaining to a contract or order. The amendment specifies that offers must acknowledge receipt before the submission deadline of 2:00 p.m. on July 2, 2025, and must be emailed to the Contract Specialist, Ronda Lucero. The period of performance for this contract is set from August 1, 2025, to January 28, 2026. The amendment also includes a provision for potential offer changes prior to the submission deadline, as well as instructions for acknowledging the amendment through various methods. The core purpose of this document is to communicate updates and clarifications regarding the initial solicitation, enhancing transparency and ensuring compliance with federal procurement regulations. Overall, it serves as a critical communication tool for contractors interested in participating in the bidding process, providing necessary information and deadlines.
    The Bureau of Reclamation's solicitation, 140R4025Q0047, seeks quotes from small businesses for a 60-ton transport trailer, as a total small business set-aside under NAICS code 336212. The government intends to award a single firm-fixed-price purchase order based on the best value considering technical capability and price. Offerors must submit separate documents detailing their technical capability, pricing for each line item, and two examples of past performance related to similar equipment. Delivery and setup at the Socorro Field Division, New Mexico, is required within 180 days post-award, and all associated costs must be included. The request emphasizes compliance with Federal Acquisition Regulations (FAR) and requires electronic invoicing through the U.S. Department of the Treasury's Invoice Processing Platform System. Contractors must also adhere to federal safety, security, and performance requirements throughout the project. This solicitation reflects the government’s focus on engaging small businesses and maintaining strict adherence to regulatory standards in procurement processes.
    The Bureau of Reclamation's Upper Colorado Region has issued a Sources Sought Notice for the procurement of a 2025 model 60-ton transport trailer, aimed at enhancing the transport of heavy machinery and equipment. This notice is for information and planning purposes only, not a formal solicitation. The trailer must have a 4-axle configuration, including a drop-down axle, an extendable deck range of 20 to 30 feet, and adjustable outriggers for load stability. Compliance with Department of Transportation (DOT) standards and robust structural integrity to support heavy loads is essential. Interested small businesses are encouraged to submit capability statements and must be registered in the System for Award Management (SAM). The document highlights the necessity of this trailer for ongoing and future projects, while gathering information on potential sources for the eventual solicitation. The responses will help shape the procurement approach, underscoring the government’s intent to source capable vendors for this critical equipment.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    GB TEAM 6 LOGISTICS TRAILER
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking bids for the procurement of a new logistics trailer for the Great Basin 6 Incident Management Team. The trailer must be rugged and suitable for off-road use, with specific dimensions, weight capacities, and technical features to ensure operational efficiency in harsh environments. This procurement is crucial for equipping emergency management teams with the necessary resources to effectively respond to incidents. Interested contractors must submit their quotes electronically by July 16, 2025, with the performance period running from July 17, 2025, to November 17, 2026. For further inquiries, potential bidders can contact Stephen Loftus at stephenloftus@nps.gov or call 202-354-2267.
    Cargo Trailer @ MEVE
    Buyer not available
    The National Park Service, part of the Department of the Interior, is soliciting quotes for the procurement of a cargo trailer specifically for Mesa Verde National Park. The requirement includes one 2025 Wells Cargo Road Force 8ft x 18ft trailer or an equivalent model that meets stringent specifications, including a minimum gross vehicle weight rating of 9,900 lbs, tandem axles, and electric drum brakes, along with a Honda EU3200 generator or equivalent. This procurement is crucial for enhancing the operational capabilities of the park, ensuring that the equipment meets high standards of durability and functionality. Quotes are due by July 30, 2025, at 12:00 PM ET, and must be submitted via Unison Marketplace. For inquiries, contact Craig Bryant at CraigBryant@nps.gov or call 440-717-3706.
    Dixie National Forest- 3 Horse Gooseneck Trailer
    Buyer not available
    The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for the procurement of one 3 slant horse gooseneck trailer to be delivered to Cedar City, Utah. The trailer must be new and comply with Department of Transportation standards, with a delivery deadline set for October 1, 2025. This acquisition is part of the USDA's initiative to support small businesses, as the solicitation is 100% set aside for small business entities, including those owned by veterans and women. Interested offerors must submit their technical and price proposals via email, adhering to federal acquisition regulations, with inquiries and offers due by July 2025. For further information, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    ND DES LACS NWR - Two Heavy Duty Trailers with (3)
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking bids for the procurement of two heavy-duty trailers, along with the acceptance of three trade-ins, for the Des Lacs National Wildlife Refuge in North Dakota. The trailers must meet specific technical specifications and are required to be delivered by September 30, 2025, as outlined in the Request for Quotation (RFQ). This procurement is essential for enhancing the operational capacity of the wildlife refuge, reflecting the government's commitment to maintaining and improving its assets while adhering to regulatory standards. Interested contractors must submit their bids, including a completed Standard Form 1449, by July 14, 2025, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    Umatilla National Forest Trail Dozer and Trailers
    Buyer not available
    The U.S. Department of Agriculture, specifically the Umatilla National Forest, is seeking qualified vendors to provide a trail dozer and trailers as part of a procurement initiative aimed at enhancing Off-Highway Vehicle (OHV) trail construction and maintenance. The solicitation is set aside for small businesses under the NAICS code 333120, and it requires that all equipment be sourced from existing inventory to ensure delivery by August 1, 2025. This procurement underscores the government's commitment to improving recreational infrastructure while supporting small business participation in federal contracting opportunities. Interested parties must submit their electronic quotations, including technical proposals and pricing, by July 15, 2025, and can direct inquiries to Andrea Pollock at andrea.pollock@usda.gov or by phone at 458-200-5265.
    W--HEAVY EQUIP RENTAL - MCCOY FLATS CAMPGROUND
    Buyer not available
    The Bureau of Land Management (BLM) is seeking bids for the rental of heavy construction equipment to support the McCoy Flats Campground project in Vernal, Utah. The procurement includes a wheel loader, a smooth drum vibratory roller, and a water truck, with a primary rental period of 90 days starting around July 11, 2025, and options for 30-day extensions. This initiative underscores the BLM's commitment to efficient project execution and compliance with federal regulations while engaging small businesses, as the solicitation is set aside for total small business participation under NAICS code 532412. Interested contractors must submit their quotes by July 8, 2025, and can direct inquiries to Daniel Walker at dlwalker@blm.gov or by phone at 801-539-4219.
    N--WY GL DOWNSTREAM HOIST REPLACEMENT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified vendors for the replacement of GL Downstream Hoists in Wyoming. This procurement involves the supply and installation of two new electric trolley hoists, a 3-ton and a 4-ton model, designed for outdoor use in freshwater environments, adhering to safety standards such as ASME B30.16. The successful contractor will enhance operational capabilities while ensuring compliance with federal regulations, with quotations due by June 18, 2025, and delivery expected by August 25, 2025. Interested parties should direct inquiries to Chris Zook at czook@usbr.gov.
    BOAT TRAILERS
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Wilmington District, is soliciting bids for the procurement of two aluminum boat trailers for the PARKER 2530 Extended Cabin Survey Vessels named “Potter” and “Knowlton.” The contractor is required to provide all necessary labor, materials, and services, ensuring compliance with specified safety and transportation regulations, with delivery expected within two weeks of contract award. This procurement is critical for enhancing operational efficiency and safety during survey missions, and interested vendors must submit their quotes electronically by 2:00 PM EDT on July 8, 2025, with questions accepted until 4:00 PM EDT on June 27, 2025. For further inquiries, vendors can contact Diana Curl at diana.d.curl@usace.army.mil or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil.
    Two (2) Snowmobiles & Trailer
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking quotes for the procurement of two snowmobiles and a trailer for the Apostle Islands National Lakeshore in Wisconsin. The snowmobiles, specifically the Ski Doo Skandic LE model, must meet detailed specifications for off-trail performance and operational capabilities, while the trailer should be a robust Triton Enclosed Cargo TC128 model to accommodate the snowmobiles. This procurement is essential for maintaining operational efficiency and safety during winter months, particularly for law enforcement and emergency services, as the current equipment is over 20 years old. Quotes are due by 12:00 PM EDT on July 10, 2025, and interested vendors must contact Ryan Begany at ryanbegany@nps.gov for further details and ensure compliance with federal contracting regulations.
    45--Honey Wagon for Crater Lake National Park
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking quotations from small businesses for a self-contained trailer-mounted septic pumping unit, commonly referred to as a honey wagon, to be delivered to Crater Lake National Park in Oregon. The procurement aims to enhance waste management infrastructure within the park, ensuring compliance with federal standards for maintenance and operational efficiency. The specifications require a newly manufactured unit with specific performance capabilities, including a pump capacity of 50-60 gallons per minute and a tank capacity of 300-350 gallons, with delivery expected within 60 days post-award. Interested vendors should submit their quotations via email to Jack Northcutt at JackNorthcutt@nps.gov by the specified deadline, with the total contract value estimated at $27,600.