38--Supply and delivery of a towable chipper for NAMA,
ID: 140P2125Q0160Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Construction Machinery Manufacturing (333120)

PSC

ROAD CLEARING, CLEANING, AND MARKING EQUIPMENT (3825)
Timeline
    Description

    The National Park Service (NPS) is seeking quotes for the supply and delivery of a new Morbark 1415 Woodchipper, following the theft of a previous unit essential for maintaining park trees and conducting emergency tree removal activities. This procurement is specifically aimed at small businesses and emphasizes the need for equipment that meets detailed specifications, including a gasoline engine with 145 HP and safety features such as emergency pull cables. The contract will be awarded based on the best value considering both technical acceptability and price, with quotes due by 1700 Eastern Daylight Time on August 15, 2025. Interested vendors should contact Heather Madsen at heather_madsen@nps.gov for further details and must ensure compliance with all solicitation requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service's National Mall and Memorial Parks requires a new brush chipper following the theft of its previous unit in September 2023. This procurement aims to enhance the capabilities of the in-house Arborist Team, who manage over 20,000 trees in various parks. The required equipment is a Morbark 1415 Brush Chipper, with specified limitations on weight and size to enable access to confined areas. Key specifications include a gasoline engine with 145 HP, a hydraulic system with rapid cooling features, an electronic braking system, and safety mechanisms such as emergency pull cables. Additional requirements include a warranty of at least two years on original components and safety training upon delivery. The vendor must respond with a quote that includes compliance with specifications, shipping information, and necessary certifications. Delivery to the specified Washington, D.C. address should occur within 180 days of the award. Overall, this contract reflects the National Park Service's commitment to maintaining its tree care program using modern equipment to ensure safety and efficiency.
    Amendment 0001 to Solicitation 140P2125Q0160 modifies the original Request for Quote (RFQ) for a Morbark 1415 Woodchipper. Key changes include removing FAR 52.211-6 (Brand Name or Equal), clarifying that the RFQ is specifically for a new, brand-name Morbark 1415 Woodchipper, and extending the quote submission deadline from August 8, 2025, to August 15, 2025, at 1700 Eastern Daylight Time (EDT). All other terms and conditions of the original solicitation remain unchanged. The government reserves the right to cancel the solicitation at any time and will not accept refurbished equipment or third-party quotes. Offers must be from an authorized reseller, with a reseller letter of authorization available upon request. The point of contact for this solicitation is Contracting Officer Heather Madsen.
    The document is a Request for Quotation (RFQ) numbered 140P2125Q0160, issued by the National Park Service for the procurement of a towable chipper to replace a stolen piece of equipment essential for maintaining park trees and emergency tree removal activities. The solicitation is targeted exclusively at small businesses, aligning with the guidelines set forth in the Federal Acquisition Regulations (FAR). Interested vendors must submit their quotes by the deadline of August 8, 2025, via email, and be registered in the System for Award Management (SAM). Evaluation will consider technical specifications and price, with the intent to award a firm-fixed-price contract to the most advantageous offer. The contract includes various clauses regarding payment, regulations, and requirements for sustainable products. This procurement initiative emphasizes the importance of quick response and maintenance capabilities in supporting park operations, highlighting the government's commitment to efficient resource management and support for small businesses in contract opportunities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    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.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Buyer not available
    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.
    Bessey Nursery- Seedling Shipment
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide trucking services for the shipment of perishable nursery stock from the Bessey Nursery in Halsey, Nebraska, to various states including Nebraska, South Dakota, North Dakota, Colorado, Wyoming, New Mexico, and Arizona. The contract, identified as solicitation number 1240LP26Q0002, requires bidders to demonstrate their ability to meet delivery requirements, provide a list of equipment and qualified personnel, and include at least one valid Commercial Driver’s License. This procurement is crucial for the timely delivery of tree seedlings, which are essential for reforestation and environmental conservation efforts. Interested parties must submit their quotations by December 9, 2025, and can contact Curtis Landreth at curtis.r.landreth@usda.gov or 308-251-6801 for further information.
    63--NPS - Fire & Intrusion Monitoring Services, George
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway (GWMP). The procurement involves a Firm-Fixed-Price (FFP) contract with a one-year base period and four one-year option periods, totaling five years, aimed at ensuring the systems are free from errors and malfunctions while providing 24-hour monitoring. This contract is critical for maintaining safety and security across various facilities within the parkway, requiring NICET Level II certified technicians for fire alarms and state-licensed technicians for intrusion detection systems. Interested parties must submit their quotes by December 12, 2025, and direct any inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    MI-MARQUETTE BS-TRUCK REPAIR
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking proposals for vehicle repair services for a government-owned 2024 Chevy 2500 Ext. Cab 4x4 involved in an accident at the Marquette Biological Station. The contractor will be responsible for restoring the vehicle, which includes repairs to various components such as the cab, side impact sensors, rear door, and conducting complete vehicle diagnostic testing. This procurement is crucial for maintaining the operational readiness of government vehicles used in wildlife service activities. Interested contractors must submit their quotations by December 8, 2025, at 10 AM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289. The contract period will extend from the award date through June 30, 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.
    19--NPS ISRO Ranger IV Vessel
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the manufacture and delivery of the Ranger IV vessel, intended for operations at Isle Royale National Park in Michigan. This procurement involves the construction of a new multi-mission passenger and cargo vessel to replace the existing M/V Ranger III, with specific requirements for a hybrid diesel-electric propulsion system, compliance with US Coast Guard and American Bureau of Shipping certifications, and a delivery deadline of December 14, 2026. The Ranger IV will play a crucial role in transporting passengers, cargo, and fuel, while also supporting emergency evacuations on Lake Superior. Interested contractors must submit their proposals, including a Firm-Fixed-Price offer and a detailed Statement of Work, by the extended deadline of January 2, 2026, and can direct inquiries to the Contracting Operations Strategic Team at ConOpsStrategicTeam@nps.gov.