FA462524Q1139, FECON Brush Mulcher
ID: FA462524Q1139Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4625 509 CONS CCWHITEMAN AFB, MO, 65305-5344, USA

NAICS

Farm Machinery and Equipment Manufacturing (333111)

PSC

EARTH MOVING AND EXCAVATING EQUIPMENT (3805)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Fecon Brush Mulcher (model BH074SS3) for use at Whiteman Air Force Base in Missouri. The procurement involves acquiring one unit of this specialized mulching head, which is designed to efficiently mulch trees up to 8 inches in diameter and is essential for forestry management and land maintenance operations. The estimated contract value is $42,842, and interested small business vendors must submit their quotes by September 23, 2024, at 1:00 P.M. CST, via email to the designated contacts, ensuring compliance with federal acquisition regulations and registration with the System for Award Management (SAM).

    Files
    Title
    Posted
    The document outlines solicitation FA462524Q1139 from the federal government, detailing numerous clauses incorporated by reference for acquisition processes. The emphasis is on compliance requirements, including the safeguarding of defense information, compensation disclosures for former DoD officials, and acquisitions respecting the Buy American Act linked to domestic products. Specific clauses address telecommunications security, business operations with foreign regimes, and identification requirements for items valued over $5,000. The document also delves into representations and certifications expected from offerors regarding their organizational status, labor practices, and tax compliance. Crucially, it establishes a framework for contractors to follow electronic payment and reporting protocols through the Defense Department's Wide Area Workflow (WAWF) system. The guidelines are crucial for ensuring transparency, accountability, and adherence to legal regulations in federal procurement, reflecting the government’s commitment to promoting fair contracting practices while safeguarding national interests.
    The document is a Single Source Justification for the procurement of a Fecon BH074SS3 mulching head intended for use by the 442nd Operations Group (OG). The estimated contract cost is $42,842. The justification emphasizes that the Fecon product is the only model meeting specified safety requirements essential for operations in hazardous environments, particularly for tasks like clearing debris from unstable ground and dense vegetation. The single-source procurement is supported by a request for quotes from alternative suppliers, which confirmed their inability to meet the necessary safety standards. The contracting officer's determination acknowledges that only a single source can fulfill the requirements in accordance with federal acquisition regulations (FAR 13.106-1(b)). The document also reflects on the challenges in future competitive solicitations due to the unique safety features offered by the Fecon mulcher, which have been identified as crucial by technical experts and mission partners. The overall aim is to ensure safe maintenance operations while addressing any restrictions to competition in future purchases.
    The document FA462524Q1139 outlines a combined synopsis/solicitation for the acquisition of a Fecon Brush Mulcher-With Trap Door, intended for small business vendors. It details the Request for Quotation (RFQ) process, specifying that quotes are due by September 23, 2024, at 1:00 P.M. CST, and must be submitted via email to designated contacts. Vendors must meet the technical requirements outlined in the attached Statement of Work and are evaluated based on technical acceptability and lowest price. It stresses the necessity for vendors to be registered with the System for Award Management (SAM) and highlights critical information to include in quotes. The document underscores that contract terms are governed primarily by the Federal Acquisition Regulation (FAR) and provides references to applicable clauses and provisions. Additionally, it stipulates that the government may award a purchase order without discussions, but retains the right to engage in them if necessary. Overall, it serves as a formal solicitation for commercial items necessary for government operations, reflecting standard protocols in federal procurement processes.
    The document outlines the specifications for the acquisition of a Fecon Bull Hog (BH74SS) Forestry Mulcher designed for use as a skid steer attachment. This equipment is capable of mulching trees with a diameter of up to 8 inches and operates within a hydraulic flow range of 30-45 gallons per minute, including a hydraulic oil cooler. Key features include a sturdy construction using AR400 steel, a working width of 61 inches, an overall width of 76 inches, and equipped with 30 cutting teeth. It offers a variable two-speed motor option and incorporates Fecon Grinding Technology (FGT) with a Blackhawk rotor featuring double carbide teeth. Additionally, the mulcher utilizes a Depth Control Rotor (DCR) technology. The procurement specifies a quantity of one unit. This information is likely framed within the context of government RFPs, indicating a need for such equipment for forestry management or land maintenance initiatives. The emphasis on technical specifications suggests the importance of durability and efficiency in fulfilling governmental or public service-related tasks.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Heavy Duty Slope Mower
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking a contractor to supply and deliver a heavy-duty all-terrain slope mower for the Lac qui Parle Project in Watson, Minnesota. The mower must meet specific requirements, including the ability to operate on slopes up to 30 degrees, a minimum cutting deck size of 72 inches, and a power supply of at least 25 HP, among other technical specifications. This procurement is essential for maintaining effective landscape management and flood control operations. Interested bidders must submit their quotes electronically by 11:00 AM on September 24, 2024, with the delivery of the mower required by November 1, 2024. For further inquiries, potential contractors can contact Karl Just at karl.p.just@usace.army.mil or Jesse Onkka at Jesse.L.Onkka@usace.army.mil.
    MN SHERBURNE NWR - Mower with Snow Blower and 6 Tr
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals for the acquisition of a mower with a snow blower attachment, along with the trade-in of six existing pieces of equipment, specifically for the Sherburne National Wildlife Refuge in Princeton, Minnesota. The procurement aims to enhance operational efficiency in wildlife management by replacing outdated equipment that requires maintenance and repairs, as indicated in the associated trade-in forms. This opportunity is particularly significant for small businesses, as it is set aside for total small business participation, and emphasizes the importance of compliance with federal regulations, including registration in the System for Award Management (SAM). Proposals must be submitted via email to Dana Arnold by September 23, 2024, with detailed requirements outlined in the solicitation documents.
    GPS Automated Mower
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting quotes for the procurement of a GPS Automated Mower, aimed at enhancing operational efficiency in lawn maintenance. The mower must feature high-precision GPS functionality, real-time tracking, and a cutting width of at least 13 inches, along with a two-year warranty and maintenance plan. This acquisition is particularly significant as it promotes opportunities for small businesses, including Women-Owned Small Businesses (WOSB), while ensuring compliance with federal acquisition regulations. Interested vendors should submit their quotes and inquiries to Amanda Lonsdale at 138.FW.MSC@us.af.mil by September 19, 2024, at 1 PM.
    Riding Snow Removal Machine
    Active
    Dept Of Defense
    The Department of Defense, specifically the Montana Air National Guard, is seeking quotes from small businesses for the procurement of a snow removal machine, as outlined in their Request For Quote (RFQ) W50S7L-24-Q-0011. The required machine must meet specific characteristics, including a maximum wheelbase of 46 inches, a weight limit of 1800 lbs, a minimum 30HP engine, and must include an enclosed heated cab along with various attachments for snow removal. This procurement is crucial for maintaining operational readiness in snowy conditions and emphasizes the government's commitment to engaging small businesses in fulfilling its needs. Quotes are due by September 27, 2024, and interested parties should direct inquiries to MSgt Anthony Barille at anthony.barille@us.af.mil or by phone at 406-791-0246.
    Snow Removal Blades
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force's 316th Contracting Squadron, is seeking qualified small businesses to provide carbide snow removal blades for seven 20-foot plow heads, specifically designed for use on an Oshkosh H2723G1 with a Wausau BMP 2050 plow head at Joint Base Andrews in Maryland. The procurement aims to enhance snow removal operations by utilizing durable blades that minimize damage to the airfield concrete, reduce the frequency of blade replacements, and improve overall response times while addressing safety concerns associated with snow removal activities. This initiative is critical for maintaining operational efficiency during winter weather conditions at the airfield. Interested vendors must submit their quotes via email by 4:30 PM EST on September 20, 2024, and can direct inquiries to Shantel Skari at Shantel.Skari@us.af.mil or Alexis Huggins at alexis.huggins@us.af.mil.
    Snow Broom Head Cassettes
    Active
    Dept Of Defense
    The Department of Defense, specifically the Massachusetts Air National Guard, is seeking to procure five complete sets of United Rotary Brush Snow Broom Cassettes, part number 29-CPW265224, compatible with M-B Companies Inc. model 4618 FMD. The procurement is a total small business set-aside, emphasizing the need for specific technical specifications, including 18-foot split core poly/wire cassette refills with 24 bars and 28 rows. This equipment is crucial for maintaining operational readiness at the Barnes Air National Guard Base in Westfield, Massachusetts. Interested vendors must submit their quotations via email by September 23, 2024, and direct any questions to MSgt Nathan Staples at 104.fw.msc@us.af.mil or Capt Emerald Meredith at emerald.meredith.1@us.af.mil.
    SNF Whiteface Campground Mastication RFQ
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service's Superior National Forest, is soliciting quotations for mastication services at the Whiteface Campground located in Aurora, Minnesota. The project aims to manage forest vegetation through the ecological method of mastication, which involves grinding vegetation to enhance aesthetics, improve visitor safety, and mitigate wildfire risks associated with balsam fir proliferation. This initiative is crucial for maintaining the campground's recreational areas while ensuring public safety and ecological health. Interested small businesses must submit complete technical and price proposals by the specified deadlines, with the performance period set from October 1, 2024, to April 30, 2025. For further inquiries, potential contractors can contact Jason King at jason.king2@usda.gov or call 208-207-4189.
    LRS Snow Blower Head Parts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Colorado Air National Guard's 140th Wing, is seeking quotations for specialized snow blower parts under solicitation number W50S6V24Q0039. The procurement focuses on acquiring parts exclusively from M-B Companies, the sole original equipment manufacturer for OshKosh snow blowers, ensuring that only OEM parts are utilized for proper repairs on an Oshkosh H Series Tractor with a snowblower attachment. This initiative is crucial for maintaining operational readiness and efficiency in snow removal operations. Interested vendors must submit their quotes electronically by September 25, 2024, at 12:00 PM MDT, with proposals remaining valid until November 30, 2024. For further inquiries, potential offerors can contact MSgt Cory Schubert at cory.schubert@us.af.mil or the 140th Contracting Office at 140.WG.MSC@us.af.mil.
    Bead Breaker
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a 3MXS Bead Breaker, essential for the maintenance of aircraft wheel assemblies at Joint Base Elmendorf-Richardson (JBER) in Alaska. This equipment is critical for rapidly disassembling aircraft wheels and tire assemblies, specifically for C-17, E-3, and F-22 aircraft, and must meet specific technical requirements including a 60,000 lb capacity and compatibility with wheels up to 22 inches in size. Interested vendors are required to submit their quotes by September 20, 2024, and must ensure compliance with federal procurement guidelines, including maintaining current registrations in the System for Award Management (SAM). For further inquiries, vendors can contact William Gentry at william.gentry.8@us.af.mil or SSgt Jake P Montalbano at jake.montalbano@us.af.mil.
    Forest Improvement Herbicide- Fort Drum
    Active
    Dept Of Defense
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for herbicide services aimed at controlling invasive and undesirable vegetation. The contractor will be responsible for various herbicide application methods across treatment areas ranging from 1 to 400 acres, ensuring compliance with federal, state, and local environmental regulations, including the Endangered Species Act. This initiative is crucial for maintaining the ecological integrity of Fort Drum while effectively managing vegetation. Interested parties must register with the System for Award Management (SAM) under NAICS code 115310 and submit their Unique Entity Identifier (UEID) and CAGE Code via email to the primary contacts, Kayla Rogers and Jeffery Frans, by the specified deadline.