HI PAC REMOTE ISLES MNM DIESEL UTV
ID: 140F1G25Q0056Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, IT GOODSFalls Church, VA, 22041, USA

NAICS

Automobile and Light Duty Motor Vehicle Manufacturing (336110)

PSC

MOTORCYCLES, MOTOR SCOOTERS, AND BICYCLES (2340)
Timeline
    Description

    The U.S. Fish and Wildlife Service (FWS) is soliciting quotes for the procurement of a Diesel Power Utility Task Vehicle (UTV) to support operations at the Palmyra Atoll National Wildlife Refuge. The UTV, preferably a Polaris Pro XD Full-Size Diesel Crew, must accommodate at least five passengers, have a minimum cargo bed size of 40” x 40”, and a capacity of at least 1,000 lbs, with delivery required by December 10, 2025. This vehicle is critical for the Coconut Control Project and other management operations, ensuring the continuation of essential conservation and research activities at the refuge. Interested vendors must submit their written quotes by August 7, 2025, and can direct inquiries to Carter Duke at carter_duke@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Palmyra Atoll National Wildlife Refuge (NWR) is seeking to replace a failing Utility Task Vehicle (UTV) to support its critical Coconut Control Project and management operations. The preferred model is a Polaris Pro XD Full-Size Diesel Crew, requiring a diesel engine due to fuel availability and maintenance constraints at the remote atoll. The UTV must accommodate at least 5 passengers, ideally 6, and have a minimum cargo bed size of 40” x 40” with a capacity of at least 1,000 lbs. Essential features include a protective roof over the seating area and a windshield for the operator, while doors and a rear windshield panel are explicitly not desired. Delivery of the vehicle is required by December 10, 2025, ahead of the next cargo transport opportunity. This procurement is crucial to maintain efficient field operations and ensure that essential conservation and research actions can continue effectively at the refuge.
    The document is a Request for Quotation (RFQ) issued by the U.S. Fish and Wildlife Service (FWS) for the procurement of a Diesel Power Utility Task Vehicle (UTV). It specifies that quotes must be submitted in written form by August 7, 2025, and delivery of the item is expected by December 10, 2025. The RFQ follows standard government procurement procedures and is structured to ensure clarity for potential vendors. It is designated as a non-small business set-aside, indicating no preference is given to smaller entities. The solicitation outlines the need for a firm fixed-price quote, emphasizes compliance with federal acquisition regulations, and requires submission on company letterhead. The evaluation criteria will focus on providing the lowest price that meets technical specifications, adhering to the “Lowest Price Technically Acceptable” (LPTA) methodology. The contact for further inquiries regarding the bid is identified, along with guidance to send technical questions via email. The RFQ reinforces the required representations and certifications that must accompany bids to ensure adherence to federal regulations. This document illustrates the structured procurement process fundamental to government acquisitions.
    This document outlines key clauses incorporated by reference in government contracts following the Federal Acquisition Regulation (FAR). Primarily, it emphasizes contractor obligations, including compliance with various clauses concerning whistleblower rights, system maintenance, contract terms, and adherence to statutes and executive orders that govern commercial products and services. Significant clauses include contractor employee protections, requirements for maintaining the System for Award Management, and prohibitions against contracting with certain entities. The document also details the contractor's responsibilities regarding inspections, the role of the Contracting Officer, electronic invoicing procedures, and requirements for service protests. Additionally, it outlines the implications of noncompliance and provides guidance on the flow-down of clauses to subcontractors. This comprehensive directive serves to ensure that all contract participants understand their legal and regulatory obligations, thereby promoting transparency, accountability, and compliance within public procurement processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    23--CHARLES M RUSSELL NWR - Bumper Pull Dump Trailer
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for a Bumper Pull Dump Trailer for the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana. The procurement requires a trailer that meets specific technical specifications, including dimensions, axle capacity, and various components such as electric brakes and LED lights, with delivery to be made to the refuge facility. This equipment is essential for the refuge's operational needs, supporting wildlife management and habitat maintenance efforts. Proposals are due by December 11, 2025, at 10 AM Eastern Time, and must be submitted via email to Dana Arnold at danaarnold@fws.gov, with the contract period of performance set from December 18, 2025, to June 5, 2026.
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of one outboard motor, specifically a Mercury Marine 150XL FourStroke or an approved equivalent, as part of a Total Small Business set-aside initiative. The motor, which is critical for operations at the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana, must meet specific technical specifications, including a 150 horsepower output and Smartcraft compatibility, among others. Interested vendors are required to submit their quotes by December 19, 2025, with delivery expected by February 2, 2026, and must ensure compliance with all outlined specifications to demonstrate equivalency. For further inquiries, vendors can contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    Polaris Snowmobile Sierra NF
    Buyer not available
    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.
    ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wildlife Management District in North Dakota. The procurement includes specific requirements such as a pump package with an 8-gallon foam reserve, NFPA-compliant emergency lighting, and various storage compartments, all of which are essential for enhancing firefighting capabilities in the region. This opportunity is a 100% Total Small Business set-aside, with quotes due by December 22, 2025, at 5:00 PM EST, and will be evaluated based on best value criteria including technical expertise and past performance. Interested vendors should contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further details.
    3-Passenger Crossover Utility Vehicle - Acoma-Cañoncito-Laguna (ACL) Indian Health Center - Pueblo of Acoma, NM
    Buyer not available
    The Department of Health and Human Services, through the Albuquerque Area Indian Health Service, is seeking quotations for the procurement of one 3-Passenger Crossover Utility Vehicle along with a compatible Snowplow Attachment for the Acoma-Cañoncito-Laguna Indian Health Center in New Mexico. The specific requirements include a John Deere Gator XUV 845M Open from the 2025 model year and a Western Impact Heavy-Duty Straight Blade snowplow, which must include a mounting kit and a cost estimate for shipping. This procurement is essential for maintaining operational efficiency in snow removal and utility transportation, reflecting the government's commitment to supporting Indian Small Business Economic Enterprises (ISBE) under the Buy Indian Act. Interested vendors must submit their quotes via email by March 25, 2025, and direct any questions to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov by March 18, 2025.
    MN VALLEY DEBRIS BLOWER
    Buyer not available
    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.
    NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. The tanks must meet specific design and performance criteria, including compatibility with existing models, UV and weather resistance, and compliance with ANSI/NSF 61 for potable water. This procurement is critical for maintaining water reserves at the refuge, ensuring environmental sustainability and wildlife support. Quotes are due by December 22, 2025, at 5:00 pm EST, and interested parties should submit their proposals via email to Khalilah Brown at khalilahbrown@fws.gov.
    MN-MN VLY NWR-VEHICLE LIFT PURCHASE AND INSTALLATI
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the purchase and installation of a 20,000-lb capacity Rotary SPO20-TA/SPO20N0T0-BL 2-post above-ground automotive lift at the Minnesota Valley National Wildlife Refuge in Bloomington, MN. The project requires adherence to OSHA standards, local building codes, and the installation of a lift that is fully ALI/ETL-certified, along with the decommissioning of an existing lift. This procurement is critical for maintaining operational efficiency at the refuge's Rapids Lake Shop, ensuring safe and effective vehicle maintenance. Interested small businesses must submit their quotes by December 17, 2025, at 5:00 PM EST, with the contract period running from January 12, 2026, to March 11, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    Motor Vehicle Operationalize RFI
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking information through a Request for Information (RFI) regarding motor vehicle operationalization (upfitting) services for law enforcement vehicles. The objective is to gather insights from industry experts on commercially available upfit options that align with CBP's specialized law enforcement operations, which include the integration of essential equipment such as lights, sirens, communication systems, and weapon storage. This initiative is crucial for enhancing the acquisition strategy and improving the efficiency and safety of law enforcement vehicle transformations. Interested vendors are invited to submit their responses by December 12, 2025, at 5:00 PM EDT, and can direct inquiries to Antwanette R. Boone-Murphy or Lloyd A. Burton via the provided contact information.
    F550 Retrofitting
    Buyer not available
    The United States Secret Service (USSS) is conducting a Request for Information (RFI) to identify potential vendors for retrofitting F-550 Ford Super Duty vehicles into Mobile Command Vehicles. The retrofit will involve significant modifications, including the installation of a rear conference room, upgraded HVAC systems, leveling jacks, a telescopic mast with a camera system, enhanced emergency lighting, and a comprehensive communication and computer network system. This initiative is crucial for enhancing operational capabilities during protective and investigative missions. Interested parties are encouraged to submit their responses by December 30, 2025, and may contact Aisha Collins or Jade Gaston via email for further inquiries.