38--ROMO CATERPILLAR 920 WHEEL LOADER (OR EQUIVALENT)
ID: 140P1225Q0049Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR INTERMOUNTAIN REGION(1200)Denver, CO, 80225, 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 the Interior, specifically the National Park Service, is seeking qualified small businesses to provide a Caterpillar 920 Wheel Loader or an equivalent model for use at Rocky Mountain National Park, Colorado. The procurement aims to acquire essential earth-moving and excavating equipment that meets specific operational and environmental standards, including compliance with US EPA Tier 4 Final emissions regulations. This equipment is crucial for maintaining park operations and ensuring safety and efficiency in various tasks. Interested vendors must submit their quotes by June 13, 2025, with the performance period set from June 16, 2025, to December 31, 2025. For further inquiries, potential bidders can contact Luke Bowman at luke_bowman@nps.gov or call 928-638-7363.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for a Request for Proposal (RFP) regarding wheel loaders intended for use in Rocky Mountain National Park. The detailed requirements include essential features such as engine specifications, bucket load capacities, and machine dimensions to ensure compatibility with existing operations. The machine should comply with US EPA Tier 4 Final emissions standards and be equipped with advanced safety features, like backup alarms and master battery disconnect switches. Serviceability is prioritized, requiring easy access to fuel and hydraulic fluid check points, along with maintenance-friendly designs. Additional stipulations mandate the inclusion of certain operational functionalities, such as selectable steering control and the capability for remote service and repairs. Furthermore, the RFP specifies that the winning bidder must provide on-site support and parts availability within proximity to the park. The document serves to invite vendors to bid while ensuring that all proposed equipment meets the rigorous standards and needs outlined by the park, reflecting a commitment to operational efficiency, safety, and environmental compliance.
    The document is an amendment to solicitation number 140P1225Q0049, concerning the acquisition of a Caterpillar 920 Wheel Loader or equivalent, which is relevant to earth-moving and excavating equipment. The amendment specifies the requirement for the new equipment to comply with attached specifications and outlines the effective period for performance from June 16, 2025, to December 31, 2025. It emphasizes the necessity for contractors to acknowledge receipt of this amendment by the specified deadline, and failure to do so may lead to the rejection of their offers. The document clarifies that modifications to previously submitted offers are permissible if communicated appropriately before the submission deadline. It serves as a formal adjustment to the solicitation process, ensuring that all terms remain in full force and effect unless otherwise modified. The overall tone is administrative, focusing on compliance and procedural actions necessary for government procurement.
    The document is a Request for Quotation (RFQ) issued by the National Park Service (NPS) for a Caterpillar 920 Wheel Loader, intended for use at Rocky Mountain National Park, Colorado. The issuance date is May 29, 2025, with quotes due by June 13, 2025. This RFQ is designated as a small business set-aside, meaning it's limited to small business participants, which must register in the System for Award Management (SAM) and obtain a Unique Entity Identifier (UEI). The contractor is responsible for supplying the wheel loader as per the specified requirements, and the performance period extends from June 16, 2025, to December 31, 2025. The procurement will follow simplified acquisition procedures, focusing on getting the best value for the government, considering both price and quality of the offered equipment. Compliance with various federal regulations and certifications is mandatory, including regulations concerning telecommunications and child labor. The document serves to facilitate the purchase of essential equipment while ensuring adherence to federal contracting requirements and promoting small business participation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    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.
    ICEPOES MX SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking quotes for on-site service, maintenance, and software support for Perkin Elmer ICP-OES Optima 8300 DV instruments and Cetac ASX-560 autosamplers at the National Water Quality Lab in Denver, Colorado. The procurement includes a base year contract from February 1, 2026, to January 31, 2027, with two additional one-year options, emphasizing the need for adherence to OEM specifications and the use of certified technicians for repairs and maintenance. This service is critical for ensuring the operational efficiency and reliability of laboratory equipment used in water quality analysis. Interested vendors must submit their quotes by 11:00 AM EST on January 5, 2026, to the primary contact, Stephanie Doutt, at sdoutt@usgs.gov, with quotes remaining valid for 90 days.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    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.
    Snow Removal Equipment Rental for Fort Wainwright, Alaska
    Dept Of Defense
    The Department of Defense is soliciting quotes for the rental of snow removal equipment, specifically two All-Wheel Drive Motor Graders and two Wheel Loaders, to be delivered to Fort Wainwright, Alaska. The procurement aims to support snow removal operations in the Ft. Wainwright Training Areas from January 12, 2026, to February 22, 2026, requiring contractors to provide all necessary personnel, equipment, supplies, and services, including maintenance and compliance with federal and military regulations. Interested small businesses must submit their quotes, including pricing and equipment specifications, by December 15, 2025, with questions due by December 8, 2025; all submissions must comply with SAM registration and various FAR and DFARS provisions. For further inquiries, potential offerors can contact SSG Eric Kim at eric.k.kim.mil@army.mil or MAJ Molly Libowski at molly.a.libowski.mil@army.mil.
    3805--CAT 255 Track Loader
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting a Sources Sought Notice (36C25226Q0142) to identify qualified businesses capable of providing a brand-name or equal CAT 255 Track Loader for the Oscar G. Johnson VA Medical Center in Iron Mountain, MI. The procurement requires a track loader with specific features, including a minimum engine power of 74 HP, an operational weight between 8,500-10,000 lbs, high hydraulic flow of at least 30 GPM, rubber tracks, a lift capacity of 3,500 lbs, and a 66-inch bucket, along with various optional attachments. This equipment is crucial for the VA's operational needs, ensuring efficient earth moving and excavating tasks. Interested parties, particularly Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other small businesses, must submit their company information, business category, capability statement, and manufacturer authorization by December 16, 2025, to Contracting Officer Jennifer Mead at Jennifer.Mead@va.gov or by phone at 414-844-4800.
    38--OR-WILLAMETTE VLY NWR-EXCAVATOR GRAPPLE
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to provide a 3X4 Hydraulic Dangle Head Rotating Grapple for the William L. Finley National Wildlife Refuge in Corvallis, Oregon. This procurement is a total small business set-aside and requires the grapple to meet specific salient characteristics, including compatibility with a Volvo EC140E Excavator, and to be delivered within 90 days of contract award. The grapple will be utilized for forestry, logging, and land-clearing operations, highlighting its importance in maintaining the refuge's ecological integrity. Quotes are due by December 22, 2025, and must be submitted to Marshall Richard via email; interested parties must also be registered with SAM.gov to be eligible for consideration.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    Polaris Snowmobile Sierra NF
    Agriculture, Department Of
    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.
    W099--S02 36C24126Q0125 Combined Synopsis: Intent to Compete SB Set-Aside/RFQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking bids for snow removal and loader equipment rental services for the Togus VAMC campus in Maine, under solicitation number 36C24126Q0125. The procurement includes the rental of two XCMG XC948U loaders or equivalents, two 14-foot Sno Bandit JRB snow pushers, and one Rockland XC948U high-capacity bucket, along with comprehensive support services such as 24/7 helpdesk, preventative maintenance, and emergency repair. This opportunity is a Total Small Business Set-Aside, emphasizing the importance of these services for maintaining operational efficiency during winter months. Quotes are due by December 15, 2025, at 4:30 PM EDT, and must be submitted via email to Carlos Ortiz at carlos.ortiz3@va.gov, with the award based on the lowest price from a verifiable small business that meets all requirements.
    MN VALLEY DEBRIS BLOWER
    Interior, Department Of The
    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.