Tractor - Fargo ND
ID: 12805B25Q0141Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS AFM APDBELTSVILLE, MD, 20705, USA

NAICS

Farm Machinery and Equipment Manufacturing (333111)

PSC

TRACTORS, WHEELED (2420)

Set Aside

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

    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotes for the procurement of a tractor to be delivered to the PA Sugarbeet and Potato Research facility in Fargo, North Dakota. The tractor must meet specific technical requirements, including an enclosed cab, a diesel engine with 53 to 64 horsepower, and EPA Tier 4 emission certification, among other features. This procurement is crucial for supporting agricultural research operations, and the selected vendor will also be responsible for the trade-in of two older pieces of equipment. Interested vendors must submit their quotes by the specified deadline and direct inquiries to Christopher Turner at christopher.c.turner@usda.gov, ensuring compliance with federal regulations and the Buy American Act.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA-ARS Sugarbeet Research Unit in Fargo, North Dakota, is seeking proposals for a new tractor equipped with specific features. The tractor must include an enclosed cab, a diesel engine with 53 to 64 horsepower, and PTO horsepower ranging from 46 to 55 at 2700 RPM. It should be EPA Tier 4 emission certified and have a 3-range transmission with standard cruise control. Additionally, it must possess a CAT 1 three-point hitch with a minimum lift capacity of 3,800 lbs at the lift point and 2,900 lbs 24 inches behind, along with the installation of a Trimble EZ or similar RTK pilot system. The procurement requires the trade-in of two pieces of equipment: a 2002 John Deere 990 with 494 hours and a 1979 Blue G-1000 (model UC-60 JBL LQ-1) without an hour display. The document serves as an RFP aimed at fulfilling the equipment needs of the research unit while facilitating the disposal of older machinery.
    The document is the Transmittal Summary for Request for Quote (RFQ) 12805B25Q0141, outlining the requirements for submitting a quote for the provision of a tractor, as specified in Attachment 001. Key components include the need for vendors to register with sam.gov, provide unique business identifiers, and affirm compliance with federal regulations, including the Buy American Act. Quotes must remain valid for at least 30 days post-solicitation close date and acknowledge any amendments to the solicitation. Vendors are required to detail any domestic and foreign end products they offer, ensuring compliance with domestic content rules stipulated by the Federal Acquisition Regulation (FAR). The government aims to procure domestic end products that meet specific criteria regarding the sourcing of components, emphasizing domestic manufacturing to support the U.S. supply chain. The call for proposals includes pricing structures, performance timelines, and affirms that the delivery will be F.o.b. Destination, indicating that costs related to delivery are to be included in the pricing provided. This RFQ underscores the federal government’s commitment to sourcing materials domestically and ensuring compliance with regulatory practices in procurement.
    The RFQ 12805B25Q0141 solicitation from the federal government requests a tractor with specific provisions and clauses for procurement. It outlines the relevant NAICS code (333111) and small business size standard (1250 employees) along with the performance period of 30 days after receipt of order. Delivery is specified to the PA Sugarbeet and Potato Research facility in Fargo, ND. Key administrative details include invoicing through the Department of Treasury's Invoice Processing Platform and payment terms in arrears for accepted items. The document incorporates numerous Federal Acquisition Regulation (FAR) clauses by reference, including provisions on small business guarantees, government payment procedures, and whistleblower protections. The solicitation instructs bidders to provide a completed Transmittal Summary with essential information regarding their business, including their Unique Entity ID registered in SAM.gov. Evaluation of bids will utilize a Lowest Priced Technically Acceptable method to ensure compliance with submission requirements and past performance standards. Ultimately, the document establishes a structured framework for competitive bidding on government contracts, emphasizing accountability and adherence to federal regulations.
    Lifecycle
    Title
    Type
    Tractor - Fargo ND
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    37--DK Boom Spray Rig for Flatbed Truck, Elgin, ND
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is conducting a Sources Sought announcement for a DK Boom Spray Rig to be installed on a Government-Furnished Property (GFP) flatbed truck in Elgin, North Dakota. The procurement involves purchasing a new boom spray rig system, which includes a 45-foot hydraulic folding boom sprayer and a 300-gallon UV-resistant tank, as well as the removal and disposal of the existing 31-year-old system currently in use. This equipment is crucial for the Dakotas Area Office's efforts to control noxious weeds in the Lake Tschida area. Interested small businesses, including those in various socio-economic categories, are invited to submit capability statements by December 19, 2025, at 3:00 PM MST, with the anticipated contract being a Firm-Fixed-Price agreement under NAICS code 333111. For further inquiries, contact Sydney Oakes at SKessel@usbr.gov or by phone at 406-233-3647.
    Conventional Aircraft Tow Tractor
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG) Aviation Logistics Center (ALC), is conducting market research to identify potential sources for a Conventional Aircraft Tow Tractor. The tractor must meet specific requirements, including a minimum drawbar pull of 14,000 lbs, dimensions not exceeding 150 inches in length (without hitches) and 180 inches (with hitches), and a gross weight of at least 17,000 lbs, among other technical specifications outlined in the attached salient characteristics document. This equipment is crucial for the efficient handling of aircraft on the ground, ensuring operational readiness and safety at airfields. Interested vendors are encouraged to submit their capabilities, including business size and certifications, by January 5, 2026, at 5:00 P.M. Eastern Time, with responses directed to Denise Bulone at denise.j.bulone@uscg.mil, referencing the notice number 70Z03826IE0000001.
    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.
    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.
    Soybean Meal
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking quotations for 400 tons of Solvent Extracted High Protein Soybean Meal under Solicitation Number 1232SA26Q0028. The procurement requires specific protein, fiber, fat, and ash content specifications, with delivery expected by January 18, 2027, to the USMARC facility in Clay Center, Nebraska. This acquisition is crucial for supporting agricultural research and development, and it is set aside exclusively for small business concerns, with evaluation criteria based on the lowest price technically acceptable. Interested vendors must submit their quotes, including detailed pricing and compliance with specifications, by December 16, 2025, and can direct inquiries to Brian Brusky at brian.brusky@usda.gov or call 608-215-2837.
    Canola Meal for Prairie du Sac Farm
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for a 12-month contract to supply canola meal for the USDA Prairie du Sac Farm in Wisconsin. The procurement requires approximately 506 tons of canola meal, delivered in about 23 shipments, with each delivery consisting of around 22 tons and a minimum crude protein content of 36%. This contract is crucial for supporting the farm's operations and is set aside exclusively for small businesses under NAICS code 311224, with a size standard of 1,250 employees. Interested vendors must submit their quotes by providing detailed pricing and company information, including SAM registration, by the deadline of February 8, 2027. For further inquiries, potential offerors can contact Brian Brusky at brian.brusky@usda.gov or call 608-215-2837.
    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.
    Single Source Justification, SAT
    Justice, Department Of
    The Department of Justice, through the Federal Prison Industries, Inc., is seeking to procure specific harvesting equipment, including a 10 Disc Cutterbarr and two 2790MM Hay Conditioner Rollers, with a total estimated value of $17,800.00. This procurement is justified as a single source acquisition, indicating that these specific parts are necessary for the operation of Massey Ferguson Swathers used within the federal prison system. The equipment is critical for maintaining agricultural operations, which are part of the rehabilitation programs offered to inmates. Interested vendors can reach out to Karen Hodge at Karen.Hodge2@usdoj.gov for further details regarding this opportunity.
    3-Passenger Crossover Utility Vehicle - Acoma-Cañoncito-Laguna (ACL) Indian Health Center - Pueblo of Acoma, NM
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Albuquerque Area Indian Health Service, is seeking quotations for the procurement of one 3-Passenger Crossover Utility Vehicle along with a compatible Snowplow Attachment for the Acoma-Cañoncito-Laguna Indian Health Center in New Mexico. The specific requirements include a John Deere Gator XUV 845M Open from the 2025 model year and a Western Impact Heavy-Duty Straight Blade snowplow, which must include a mounting kit and a cost estimate for shipping. This procurement is essential for maintaining operational efficiency in snow removal and utility transportation, reflecting the government's commitment to supporting Indian Small Business Economic Enterprises (ISBE) under the Buy Indian Act. Interested vendors must submit their quotes via email by March 25, 2025, and direct any questions to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov by March 18, 2025.