35 Ton Lowbed Trailer for Yosemite National Park
ID: 140P8525Q0014Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, USA

NAICS

Truck Trailer Manufacturing (336212)

PSC

TRAILERS (2330)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 12:00 AM UTC
Description

The National Park Service (NPS) is seeking quotes for the supply and delivery of one (1) 35-ton lowbed trailer for Yosemite National Park, with a focus on a Cozad model or equivalent. This procurement is critical for supporting park operations, requiring the trailer to meet specific technical specifications, including air ride suspension, disc brakes with ABS, and a minimum two-year warranty. Interested vendors must submit their quotes by 5:00 P.M. Pacific Time on April 14, 2025, and are encouraged to direct any questions to Mariah Schumacher at mariah_schumacher@nps.gov by April 9, 2025. This opportunity is a total small business set-aside under NAICS code 336212, with a size standard of 1,000 employees.

Point(s) of Contact
Files
Title
Posted
Mar 24, 2025, 9:05 PM UTC
The National Park Service, Yosemite National Park, has issued a Request for Quotation (RFQ) for one 35-ton, 2-axle lowbed trailer, specifying that it should meet or be equivalent to the Cozad model. Essential characteristics include air ride suspension, a weight between 14,000 to 15,000 lbs, two axles rated at 25,000 lbs, and specific tire requirements. The trailer must have disc brakes with ABS, a minimum two-year warranty, and various structural features like a manual gooseneck and LED lights. Delivery is expected within 180 days after receipt of order (ARO), with pricing covering all associated costs to be delivered to Yosemite National Park, El Portal, CA. The contractor must notify the park 48 hours prior to delivery. Additional site-specific travel restrictions on Route 140, including vehicle length limitations, must be acknowledged, and any delays due to these conditions will not warrant compensation. This RFQ outlines the government’s need for specialized equipment to support operations at the park while ensuring compliance with safety and logistical considerations.
Mar 24, 2025, 9:05 PM UTC
The document is a Request for Quotation (RFQ) issued by the National Park Service (NPS) for the procurement of a lowbed trailer for Yosemite National Park. It outlines a firm fixed price contract solicitation, emphasizing that this RFQ is a request for information, allowing vendors to submit quotes by a specified deadline. Key requirements include the provision of a Cozad 35-ton, 8-tire lowbed trailer or an equivalent. Offers must adhere strictly to the submission instructions, including completeness of required documents and verification of vendor registration in the System for Award Management (SAM). This RFQ is designated as a total small business set-aside under NAICS code 336212, with an employee size standard of 1,000 employees. Evaluation factors for award include price, technical requirements, and past performance. Offerors must demonstrate their ability to meet specifications and provide three references of prior similar projects. The solicitation incorporates federal acquisition regulations and defines compliance standards. Payment requests will be processed electronically through the Invoice Processing Platform (IPP), ensuring all invoices meet specified requirements to qualify for payment.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Low Bed Heavy Hauler Trailers
Buyer not available
The General Services Administration (GSA) is seeking quotations for the procurement of six Low Bed Heavy Hauler Trailers intended for the Department of Navy, with delivery to three specified locations. The trailers must meet military and safety standards, accommodating heavy equipment with a minimum payload capacity of 140,000 lbs, and must be suitable for air transport by military aircraft. This procurement is part of GSA’s Non-Standard Program, emphasizing the importance of technical compliance, past performance, and warranty considerations in the evaluation process. Interested vendors must submit their quotations, including a Technical Exceptions Worksheet and a Brand Name or Equal Worksheet, by May 27, 2025, and should ensure active registration in SAM.gov. For further inquiries, vendors can contact April Stanch at april.stanch@gsa.gov or John E. (Ed) Hodges at john.hodges@gsa.gov.
ROMO-REPLACE I510549 W/ WHEEL LOADER
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking quotes for the procurement of a wheel loader for Rocky Mountain National Park in Colorado. The solicitation, numbered 140P1225Q0047, is set aside for small businesses and requires the equipment to meet specific standards, such as being equivalent to a John Deere 444J, with delivery expected by December 31, 2025. This procurement is crucial for enhancing operational efficiency and safety within the park's challenging environment, necessitating advanced features for operator comfort and safety, as well as robust service capabilities. Interested bidders must register in the System for Award Management (SAM) and submit their quotes by the specified deadline, with evaluations focusing on price and technical acceptability. For further inquiries, contact Luke Bowman at lukebowman@nps.gov or call 928-638-7363.
Propane Tank Replumbing & Testing at Yosemite NP
Buyer not available
The National Park Service, part of the Department of the Interior, is seeking qualified small businesses to provide services for the replumbing, inspection, and testing of an 18,000-gallon above-ground propane tank at Yosemite National Park in California. The project aims to address substandard plumbing and potential leaks in the existing system, requiring contractors to supply necessary materials, including a temporary tank, and to adhere to local and state propane gas codes during the overhaul. This procurement is crucial for maintaining safety and operational standards within the park's infrastructure. Interested parties must submit their quotes by 5:00 PM Pacific Time on May 12, 2025, and direct any questions to Lisa Henson at lisahenson@nps.gov by April 29, 2025.
87--CA Certified Weed Free Alfalfa Hay for SEKI NP
Buyer not available
The National Park Service (NPS) is seeking a qualified vendor to supply and deliver 200 tons of California Certified Weed-Free Alfalfa Hay to Sequoia and Kings Canyon National Parks, specifically for use at the Ash Mountain Corral. This procurement is essential for supporting park operations, including trail maintenance and law enforcement, while preventing the spread of invasive plant species. Deliveries are scheduled to occur between June 1, 2025, and November 30, 2025, with a minimum of 50 tons required per shipment, and all hay must meet California's weed-free certification standards. Interested contractors must submit their proposals by April 29, 2025, and can contact Charlene Flanagan at CharleneFlanagan@nps.gov or 209-379-1465 for further details.
BIG CYPRESS STONE AND TRUCK HAULING
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting bids for the delivery and hauling of 1,750 tons of DOT-approved lime rock base stone for a project at Big Cypress National Preserve. The contractor will be responsible for transporting the stone using 20-yard dump trucks to the Loop Road Ranger Station, where the delivery will be monitored by park personnel. This project is crucial for stabilizing Loop Road and managing water flow to mitigate flooding risks in the local community, emphasizing the importance of quality materials that meet Florida Department of Transportation standards. Interested small businesses must submit their quotes by May 9, 2025, and are encouraged to demonstrate relevant past performance and technical capabilities, with inquiries directed to Dallas Harper-Staub at dallasharper-staub@nps.gov or by phone at 256-986-0815.
38--Purchase Compact Track Loader for Devils Tower Nat
Buyer not available
The Department of the Interior, through the National Park Service, is seeking to procure a compact track loader for use at Devils Tower National Monument. The specific requirement is for a Bobcat T550 model or a comparable unit, equipped with multiple attachments and meeting essential specifications such as a minimum 66-horsepower diesel engine and various safety standards. This equipment is crucial for the maintenance and operational support of the national monument, ensuring efficient infrastructure management. Interested vendors must submit their quotations by April 28, 2025, with the contract expected to be awarded on a firm fixed price basis, and can direct inquiries to Colton Nelson at coltonnelson@nps.gov or by phone at 720-390-0199.
FLATDECK TRAILER(S)
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of two specialized Flatdeck Trailers designed to transport new compression chambers for dive operations and training. These trailers must meet specific requirements regarding size, weight, and safety features to ensure the secure transportation of sensitive equipment. The procurement is part of the Coast Guard's initiative to enhance operational capabilities, with the trailers to be delivered to the Regional Dive Locker East in Portsmouth, Virginia, and the Regional Dive Locker West in National City, California. Interested vendors must submit their offers by May 5, 2025, at 5:00 PM PST, and direct any inquiries to Terry E. Craft at terry.e.craft@uscg.mil.
56--YELLOWSTONE PURCHASE CONSTRUCTION MATERIAL
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking quotes for the procurement of construction materials for Yellowstone National Park under solicitation number 140P1525Q0071. This opportunity is a Total Small Business Set-Aside, requiring vendors to provide either specified brand-name materials or equivalent alternatives, with detailed product specifications necessary for any substitutions. The materials are essential for enhancing the park's infrastructure, reflecting the government's commitment to maintaining and improving national park facilities. Interested vendors must submit their quotes by April 28, 2025, at 10:00 AM Mountain Time, and are encouraged to direct any questions to Lindsay McLaughlin at lindsaymclaughlin@nps.gov by April 10, 2025.
Z--YOSE, SEKI, and DEPO Flooring IDIQ
Buyer not available
The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified contractors for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on flooring services at Yosemite, Sequoia and Kings Canyon National Parks, Devils Postpile National Monument, and El Portal, California. The procurement will encompass flooring installation and related tasks, with task orders ranging from $2,000 to $1,500,000, and a total cap of $1,500,000 for any single contractor. This initiative is crucial for maintaining the facilities within these national parks, ensuring they remain safe and accessible to the public. Interested businesses are encouraged to submit their capabilities and business classifications by May 2, 2025, directly to Timothy Modjeski at TimModjeski@nps.gov or by phone at 303-819-9916.
Aggregate for Redwood National Park
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the supply and delivery of approximately 2,000 tons of 2-1/2-inch minus base aggregate to Redwood National and State Parks in California. The project requires contractors to provide all necessary supervision, labor, equipment, and materials to meet the specifications outlined in the solicitation documents, with a focus on high-quality materials free from recycled content and invasive species. This procurement is crucial for maintaining the park's infrastructure and ensuring compliance with federal regulations, with a total small business set-aside to encourage participation from small business concerns. Quotations must be submitted via email by the specified deadline, and interested parties can direct inquiries to Jack Northcutt at JackNorthcutt@nps.gov.