MCFO FUELS BOBCAT TRAILER
ID: 140L3625Q0019Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTMONTANA STATE OFFICEBILLINGS, MT, 59101, USA

NAICS

Truck Trailer Manufacturing (336212)

PSC

TRAILERS (2330)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of the Interior, Bureau of Land Management (BLM), Montana State Office is soliciting bids for the procurement of a Bobcat Trailer as part of the Miles City Fuels Program, under Request for Quote (RFQ) 140L3625Q0019. The trailer must meet specific requirements, including a Gross Vehicle Weight Rating (GVWR) between 18,000 to 24,000 pounds, dimensions of 18 to 24 feet in length, and various safety features such as electric drum brakes and a hydraulic dampening cylinder. This acquisition is crucial for government operations, ensuring the efficient transport of equipment while adhering to federal procurement regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes electronically to Contracting Officer Christopher Brailer by March 21, 2025, at 1400 MDT, and comply with all solicitation requirements to be eligible for award consideration.

    Point(s) of Contact
    Brailer, Christopher
    (406) 896-5196
    40689650200000
    cbrailer@blm.gov
    Files
    Title
    Posted
    The MCFO Bobcat Trailer Specification Sheet outlines the requirements for a trailer intended for government use. The specifications specify a Gross Vehicle Weight Rating (GVWR) ranging from 18,000 to 24,000 pounds, with length and width parameters of 18 to 24 feet and a minimum width of 82 inches, respectively. The trailer must feature 2-3 torsion axles with electric drum brakes and torsion axle suspension. It is designed to be a bumper pull type and should include a hydraulic dampening cylinder with valve control for the tilt bed. The flooring should ideally be made of 3/16 inch diamond plate, with a minimum floor platform height between 4 to 6 feet. Additional requirements include 14-gauge welded fenders, a minimum 12,000-pound jack, preferred LED lights, and at least four tie-downs. The trailer is also expected to accommodate 18 ply tires and come with a spare tire and carrier. This specification sheet serves as a guideline for potential contractors when submitting bids for trailer production, ensuring compliance with performance and safety standards necessary for government operations.
    The Department of the Interior, Bureau of Land Management (BLM), Montana State Office is soliciting bids for a Bobcat Trailer as part of the Miles City Fuels Program, under Request for Quote (RFQ) 140L3625Q0019. This acquisition is exclusively set aside for small businesses, classified under NAICS code 336212 (Truck Trailer Manufacturing) with a size standard of 1,000 employees. All quotes must be submitted electronically to the designated Contracting Officer, Christopher Brailer, by 3/21/2025 at 1400 MDT. The contract will be a firm-fixed price and includes specific terms regarding the evaluation of quotes, vendor registration requirements in the System for Award Management (SAM), and stipulations on electronic invoicing through the Treasury's Invoice Processing Platform (IPP). Offerors must ensure compliance with all solicitation requirements to secure award eligibility. The document outlines necessary clauses from the Federal Acquisition Regulation (FAR) and emphasizes the need for complete and accurate responses to facilitate fair evaluation, highlighting the importance of adhering to submission timelines and documentation requirements. By engaging in this RFQ process, the government aims to procure necessary equipment efficiently, ensuring the best value while adhering to federal procurement regulations.
    Lifecycle
    Title
    Type
    MCFO FUELS BOBCAT TRAILER
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    PDO Annual Safety Trailer Inspection & Repairs
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide annual safety inspections and necessary repairs for 49 trailers as part of a federal contract opportunity. The objective of this procurement is to ensure compliance with federal and state safety regulations, particularly those set by the Department of Transportation, by conducting thorough inspections and repairs on-site by certified mechanics. This initiative is crucial for maintaining the operational integrity and safety of the BLM's fleet, which supports its mission in land management. Interested small businesses must submit their quotes by March 21, 2025, and direct any inquiries to Cindy Gonzalez at chgonzalez@blm.gov or by phone at 720-854-8791, with the contract expected to commence shortly after award and be completed within 60 business days.
    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.
    TX-UVALDE NFH-TILT OVER DECK TRAILER
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors to provide a 21K tilt-over deck trailer for the Uvalde National Fish Hatchery in Texas. The procurement requires vendors to meet specific technical specifications, including a gross vehicle weight rating (GVWR) of 21,000 lbs, and to deliver the trailer within 90 days post-contract award to the designated location. This equipment is essential for the hatchery's operations, supporting the agency's mission to manage and conserve fish and wildlife resources. Interested parties must submit their quotations by March 14, 2025, and can direct inquiries to Mack Washington at mackwashington@fws.gov or by phone at 404-679-4033.
    Heavy Equipment Trailer, Yakama Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of heavy-duty trailers for the Yakama Agency. The requirement includes two specific models: a 20ft Heavy Duty Tandem Dual Wheel Gooseneck trailer and a 22ft Heavy Duty Over-the-Axle Tilt Bed Equipment Trailer, both designed to meet stringent safety and functionality standards for government use. This procurement is part of an initiative to support Indian Small Business Economic Enterprises (ISBEEs), with a Firm-Fixed-Price purchase order expected to be awarded, requiring delivery within 90 days post-award. Interested suppliers can reach out to Brock Bell at brock.bell@bia.gov for further details and must adhere to the submission guidelines outlined in the RFP.
    K--Fire Command Vehicle Upfitting
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified small businesses to provide upfitting services for fire command vehicles under solicitation number 140L0625Q0005. The contract aims to enhance the capabilities of wildland fire suppression vehicles, ensuring they meet rigorous safety and performance standards as outlined by the National Fire Equipment Program. This initiative is crucial for maintaining effective wildfire response capabilities, emphasizing the importance of durable and well-equipped vehicles in emergency situations. Interested contractors must submit their quotations electronically by March 26, 2025, with inquiries directed to Addison Page at apage@blm.gov or by phone at 303-236-3800. The contract performance period is set from June 2, 2025, to June 1, 2030, and the opportunity is designated as a Total Small Business Set-Aside.
    BOATS, MOTOR, AND TRAILERS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotes for the procurement of boats, motors, and trailers as part of a Request for Quote (RFQ) initiative. The procurement includes specifications for two boat hauls, outboard motors, and corresponding trailers, with options for additional equipment contingent on available funding. This acquisition is crucial for enhancing the operational capabilities of the USGS, particularly in marine environments, while promoting opportunities for small businesses through a Total Small Business Set-Aside. Quotes are due by March 17, 2025, and interested vendors should contact Janice Moye at jmoye@usgs.gov for further details.
    GLCA VRP VEHICLE OUTFITTING
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified vendors to provide outfitting services for a new F150 Raptor vehicle intended for the Glen Canyon National Recreation Area (GLCA). The procurement involves the installation of various vehicular equipment components, with a firm delivery deadline set for May 20, 2025. This initiative is crucial for enhancing operational capabilities within the GLCA, and it is designated as a 100% Small Business Set Aside, encouraging participation from small businesses. Interested parties must submit their quotations via email by the specified deadline, and for further inquiries, they can contact Donald Tremble at donaldtremble@nps.gov or call 720-450-1198. The project budget is under $25,000, and compliance with federal contracting regulations, including registration with the System for Award Management (SAM), is required.
    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.
    23--Farmington District Office Leased Modular Building
    Buyer not available
    The Bureau of Land Management (BLM) is seeking competitive quotations from small businesses for a firm-fixed price contract to lease a modular office building at the Farmington District Office in New Mexico. The modular building must accommodate administrative functions for up to four staff members, include network capabilities, be temperature-controlled, and comply with ADA standards, with delivery and setup responsibilities falling to the contractor. This procurement is crucial for maintaining operational efficiency during ongoing construction, with proposals due by March 13, 2025, and the contract period running from March 17, 2025, to January 31, 2026. Interested vendors should contact Ronald Shumate at rshumate@blm.gov for further details and ensure they are registered in the System for Awards Management to qualify for consideration.