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
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    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.
    Campground Renovation Supplies (Plumbing, Lumber)
    Buyer not available
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Supply and Deliver Propane, Lassen Volcanic NP
    Buyer not available
    The National Park Service (NPS) is seeking quotations for the supply and delivery of propane to Lassen Volcanic National Park in Tehama County, California. The contractor will be responsible for providing approximately 38,500 gallons of propane to fill three underground storage tanks to 80% capacity, with deliveries scheduled between January 1, 2026, and September 30, 2026. This procurement is a Total Small Business Set-Aside, emphasizing the importance of compliance with Tehama County and DOT regulations, and requires the contractor to provide detailed delivery receipts. Quotations must be submitted via email to Brenda Lewis at brendalewis@nps.gov by December 16, 2025, at 2:00 PM PST, and the contract will be awarded based on the most advantageous quotation to the government.
    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.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    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.