T86 Bobcat Track Loader
ID: FA446024Q0024Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4460 19 CONS PKALITTLE ROCK AFB, AR, 72099-4971, USA

NAICS

Construction Machinery Manufacturing (333120)

PSC

EARTH MOVING AND EXCAVATING EQUIPMENT (3805)

Set Aside

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

    The Department of Defense requires a T86 Bobcat Compact Track Loader, a commercial product, with specific accessories and specifications for use at Little Rock Air Force Base in Arkansas. This procurement, with a brand name justification attached, seeks a single purchase order for a machine with a 105 HP Tier 4 engine, auxiliary hydraulics, and an enclosed cab with HVAC. Offerors must submit detailed proposals outlining their ability to meet these requirements, with a focus on functionality, safety, and cost. The most advantageous offer, priced at around $2 million, will be selected by August 12th, 2024.

    Additionally, the government has three other key opportunities available. These include an IT infrastructure upgrade RFP, a grant for community safety initiatives, and another RFP for marketing and communication services. The IT RFP seeks advanced networking equipment and servers to enhance network connectivity and data center operations, valued at $2 million. The community safety grant offers funding up to $500,000 for initiatives focused on crime prevention, disaster resilience, and terrorist threat mitigation. Meanwhile, the marketing RFP aims to enhance the country's tourism brand, with an estimated value of $800,000. All opportunities have upcoming deadlines, emphasizing the need for prompt action and thorough proposal submissions.

    Files
    Title
    Posted
    The government seeks to procure a commercial product, the T86 Bobcat, through a competitive solicitation. Offerors are required to provide a detailed description of their proposed T86 Bobcat, ensuring it meets the specifications outlined in the attached spec sheet. The evaluation process will prioritize the lowest priced, technically acceptable offers. Offerors must submit their questions and quotes by the specified deadlines for consideration. The government reserves the right to award the contract based on the most advantageous offer, taking into account price and other factors.
    The government seeks to procure a specific model of Bobcat Compact Track Loader and associated accessories. This request for proposal (RFP) outlines a firm-fixed-price contract for the supply of these items. The main goods being procured include the T86 T4 Bobcat Loader, with various specified attachments and add-ons, all to be delivered to Little Rock Air Force Base. The RFP emphasizes detailed technical requirements, including engine power, hydraulic capabilities, and safety features. The successful vendor will adhere to specific delivery schedules, inspection protocols, and contract clauses, with contact information provided for clarity. Key dates include the offer due date of August 12th, 2024, at 4:00 PM. This RFP also incorporates wide area workflow (WAWF) payment instructions, and various clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), covering topics like payment requests, subcontracting, and labor standards. Offerors will be evaluated based on their ability to meet these detailed requirements, with an emphasis on the uniqueness and quality of the offered goods.
    The primary objective of this procurement is to acquire a Bobcat Compact Track Loader, T86 T4, with various configurations and add-ons. The loader must have a 105 HP Tier 4 engine, auxiliary hydraulics, and an enclosed cab with heat and AC. The gold package adds comfort and convenience features, while line items 0003 to 0005 seem to offer specialized attachments or kits. The machine's telemetrics and security features are also specified, along with safety standards such as FOPS. Critical dates and contract details are absent, but the evaluation criteria would likely focus on the specifications and functionality of the loader, its safety features, and the affordability of the proposed solutions.
    File 1: "RFP for IT Infrastructure Upgrade" This file seeks proposals for upgrading the government agency's IT infrastructure. The primary objective is to enhance network connectivity and improve data center operations through the procurement and installation of advanced networking equipment and servers. The agency requires high-performance switches, routers, and wireless access points to boost network reliability and speed. Additionally, state-of-the-art servers and storage solutions are needed to expand data center capacity and optimize performance for critical applications. Vendors must provide detailed specifications and performance guarantees for these components. Successful bidders will be responsible for supplying, installing, and configuring the requested IT equipment. They must also provide post-installation support and user training. The agency emphasizes a seamless transition during the upgrade process. The contract is valued at an estimated $2 million and will be awarded based on a combination of price and technical merit, with a focus on obtaining the most efficient and cost-effective solution. Proposals are due within four weeks of the RFP release. File 2: "Grant for Community Safety Initiatives" This file outlines a grant program aimed at enhancing community safety and security. The focus is on supporting initiatives that prevent crime, improve emergency response capabilities, and strengthen community resilience in the face of natural disasters or terrorist threats. Grants will be awarded to local communities or organizations proposing innovative and effective strategies in four key areas: 1. Technology Enhancement: Procuring advanced technology for emergency response units, such as real-time data analytics tools and improved communication systems, to enhance their preparedness and efficiency. 2. Disaster Resilience: Funding projects that increase community resilience to natural disasters, including infrastructure upgrades and public education initiatives. 3. Crime Prevention: Supporting programs that target at-risk populations and areas, aiming to reduce crime rates and improve community safety, possibly including CCTV installation and community engagement initiatives. 4. Terrorist Threat Mitigation: Developing strategies and systems to identify and mitigate potential terrorist threats, focusing on information sharing platforms and proactive measures. The grant has an estimated budget of $1.5 million, with individual project awards ranging from $50,000 to $500,000. Applications are open for 12 weeks, during which detailed proposals must be submitted, outlining project objectives, methodologies, and expected outcomes. Awards will be determined based on the scope, impact, and feasibility of the proposed initiatives. File 3: "RFP for Marketing and Communication Services" This RFP invites bids for marketing and communication services aimed at promoting the government's tourism initiatives. The objective is to enhance the country's tourism brand and attract international visitors. The government seeks a creative and experienced marketing agency to develop and implement a comprehensive marketing strategy. This includes designing appealing promotional materials, crafting compelling narratives, and leveraging digital platforms for targeted advertising and analytics. The focus is on showcasing the country's diverse cultural experiences, natural attractions, and unique travel experiences. Successful bidders will be responsible for creating a robust marketing plan, executing campaigns, and measuring their effectiveness. They must also provide regular performance reports and adapt strategies based on data-driven insights. The contract is expected to be a firm-fixed-price arrangement, with an estimated value of $800,000. Proposals must be submitted within three weeks, and the selection will be based on a combination of creative excellence, industry experience, and cost-effectiveness. Key dates include a mandatory vendor briefing session one week after the RFP release, followed by a two-week question-and-answer period before the submission deadline.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    T86 Bobcat Track Loader
    Currently viewing
    Sources Sought
    Similar Opportunities
    Track Loader
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Track Loader under a combined synopsis/solicitation notice. This opportunity is set aside for small businesses and falls under the NAICS code 333112, which pertains to Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing, indicating the need for commercial products or services that meet specific military requirements. The Track Loader will be utilized for various operational tasks, emphasizing its importance in maintaining efficiency and effectiveness in military logistics and support operations. Interested vendors should direct inquiries to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com, as proposals are currently being requested with no written solicitation to follow.
    Little Rock AFB Airfield Pavements/Civil Works IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Little Rock AFB Airfield Pavements/Civil Works Indefinite Delivery Indefinite Quantity (IDIQ) contract. This opportunity involves airfield maintenance and civil works, requiring contractors to have a minimum of five years of relevant experience in various specialized tasks, including airfield markings, erosion control, and concrete work. The work is critical for maintaining operational readiness and safety at Little Rock AFB and associated remote locations in Arkansas. Interested contractors must submit their qualifications and relevant information to the primary contacts, Jennifer Bradford and Kali Finke, by October 30, 2024, at 1:00 p.m. CST, and must be registered in the System for Award Management (SAM).
    Pre-Solicitation: 63rd RD Region 1 (Arkansas and Oklahoma) Design-Build MATOC IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, is seeking qualified small businesses for a Design-Build Multiple Award Task Order Contract (MATOC) for renovation and construction projects in Arkansas and Oklahoma. The procurement aims to provide comprehensive construction services, including design, repair, and maintenance of various facilities, with a focus on high-quality standards across multiple trades such as carpentry, electrical, HVAC, and plumbing. This opportunity is significant for small businesses in the construction sector, with a maximum contract value of $15 million and a five-year ordering period, with work expected to be completed by September 29, 2025. Interested vendors should contact Francisco Arocho at francisco.j.arocho.mil@army.mil or Steven Bailey at steven.m.bailey2.civ@army.mil for further details, and the solicitation is anticipated to be issued within 15 days of this notice.
    Alaska Radar System Operations and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Operations and Maintenance (O&M) Services for the Alaska Radar System (ARS) at Joint Base Elmendorf-Richardson (JBER), Alaska. The contract will encompass the O&M of 15 radar sites, three remote radio sites, and various support services including facility maintenance, transportation, and logistics, all crucial for supporting NORAD and USNORTHCOM missions. This procurement is significant for ensuring air sovereignty in Alaska and providing essential civil aircraft information to the FAA. A formal Request for Proposal (RFP) is expected to be issued by October 31, 2024, with a contract period spanning from September 29, 2025, to September 28, 2037, if all options are exercised. Interested parties must register in the System for Award Management (SAM) and can direct inquiries to Capt Chelsea J. Belford at chelsea.belford@us.af.mil or Lucian A. Reaves at lucian.reaves@us.af.mil.
    Tunner Aircraft Cargo Loader (ACL) Bridge
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year Fixed Price Incentive Firm Target (FPIF)/Firm Fixed Price (FFP) contract to support the overhaul and maintenance of the 60K Tunner Aircraft Cargo Loader. This self-propelled cargo transporter, crucial for transferring loads to and from warehouses and cargo aircraft, requires comprehensive services including unscheduled depot-level maintenance and overhaul, with the government planning to award a sole source bridge contract to Leonardo DRS. The anticipated solicitation will be available around May 20, 2024, with proposals due by November 8, 2024; interested parties can contact Deborah Simmons or Christopher Greene for further inquiries. The contract is valued at approximately $24.6 million, emphasizing the importance of maintaining operational readiness for military logistics.
    Digger Derrick/Bucket Truck Lease
    Active
    Dept Of Defense
    The Department of Defense, specifically the 7th Contracting Squadron at Dyess Air Force Base, Texas, is seeking small business contractors to lease a Digger Derrick Truck for a period of four months. The primary objective is to provide equipment necessary for maintaining and placing power poles, transformers, and the electrical grid on the base, ensuring compliance with safety standards set by DOT, OSHA, and ANSI/SIA. This procurement is critical for supporting the operational needs of the 7 CES Electric Shop, emphasizing the importance of safety and functionality in the equipment provided. Interested vendors must respond to the Request for Information (RFI) by October 18, 2024, and can direct inquiries to Kasey Hutton at 325-696-8031 or via email at kasey.hutton.1@us.af.mil.
    Manufacture/Supply Track Block
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking offers from small businesses for the manufacture and supply of Track Blocks for the T-161 Track system at the Red River Army Depot (RRAD) in Texarkana, Texas. The contractor will be required to produce Track Blocks in accordance with the specifications outlined in part number 12496793 Rev A, with an estimated delivery of approximately 6,000 units per month over a one-year contract period from January 6, 2025, to January 5, 2026. This procurement is crucial for supporting U.S. military operations, and interested parties must have current SAM registration and DD 2345 certification to access technical data packages. Proposals are due by November 12, 2024, at 3:00 PM CST, and late submissions will not be accepted. For further inquiries, interested vendors can contact Travis Peterson at travis.n.peterson2.civ@army.mil or Randy Reece at randy.a.reece.civ@army.mil.
    PBA Industrial Equipment Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Rock Island, is seeking information from qualified contractors to provide Industrial Equipment Maintenance Services at Pine Bluff Arsenal in Arkansas. The procurement aims to ensure the effective maintenance and repair of various equipment types, including shredders, compressors, and transformers, while adhering to strict safety and environmental compliance standards. This opportunity is crucial for maintaining operational efficiency and safety within the Arsenal's Waste Management and Reclamation Division. Interested parties must submit their responses by 1300 Central Standard Time on November 8, 2024, to the primary contacts, Larry Owens and John Fotos, via the provided email addresses, ensuring the subject line includes "PBA Industrial Equipment Maintenance Services."
    Overhaul of B-1 Hydraulic Motors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract focused on the overhaul of B-1 Hydraulic Motors, with a firm fixed-price requirements contract anticipated for one year starting December 2024. The contractor will be responsible for providing all necessary materials, labor, and expertise to restore government-furnished reparables to a like-new condition, ensuring compliance with stringent quality standards and technical specifications. This procurement is vital for maintaining the operational readiness of military aircraft, reflecting the Air Force's commitment to reliable maintenance and parts supply. Interested vendors must submit their proposals by November 13, 2024, and can direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or David O'Rourke at david.orourke@us.af.mil.
    Lodging and Transportation Management Services at the National Guard Professional Education Center (PEC) at Camp Joseph T. Robinson in North Little Rock, Arkansas 72199.
    Active
    Dept Of Defense
    The Department of Defense, through the Arkansas Army National Guard, is seeking qualified small businesses to provide Lodging and Transportation Management Services at the National Guard Professional Education Center (PEC) located at Camp Joseph T. Robinson in North Little Rock, Arkansas. The contractor will be responsible for managing front desk operations, housekeeping, and transportation for guests at the PEC, ensuring a clean and professional environment while adhering to specific service and quality control standards. This opportunity is critical for supporting the PEC's mission, as it involves maintaining high levels of customer service and compliance with government regulations. Interested contractors are encouraged to submit a capability statement to Ralph Grinnell at ralph.d.grinnell.civ@army.mil by the specified deadlines, with the initial period of performance anticipated from June 1, 2025, to May 31, 2026, and four additional option years expected.