Amphibious Tracked Vehicle, Great Dismal Swamp NWR
ID: 140FS325R0004Type: Solicitation
AwardedJul 1, 2025
$265.6K$265,640
AwardeeCOAST MACHINERY LLC 10012 UMBEHAGEN LN Baton Rouge LA 70817 USA
Award #:140FS325C0012
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Construction Machinery Manufacturing (333120)

PSC

TRACTORS, FULL TRACKED, HIGH SPEED (2430)

Set Aside

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

    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of an Amphibious Tracked Vehicle for the Great Dismal Swamp National Wildlife Refuge in Virginia. This solicitation, identified as RFQ 140FS325R0004, is a total small business set-aside and aims to enhance wildlife management capabilities in challenging terrains by providing specialized equipment. The vehicle must meet specific requirements, including a robust aluminum body, a Tier 4 EPA-compliant diesel engine, and a hydraulic system for a rotary cutter, with a delivery date set for November 2, 2025. Interested contractors must submit their quotes, including all required documentation, by May 29, 2025, and can direct inquiries to Contract Specialist Fred Riley at fred_riley@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines a Request for Quotes (RFQ) for construction machinery manufacturing with a focus on compliance with federal acquisition regulations. It specifies the North American Industry Classification System (NAICS) number and business size standards, indicating a maximum of 1,250 employees. Key clauses and provisions from the Federal Acquisition Regulation (FAR) are incorporated by reference, emphasizing the requirements and responsibilities of contractors, including ethics, labor standards, and environmental practices. Details include conditions for technical and price proposals, specifying a Lowest Priced Technically Acceptable (LPTA) evaluation basis. The documents also highlight the importance of using the Invoice Processing Platform for payment submissions and sustainability practices in contracting. By adhering to these guidelines, the RFQ aims to facilitate effective procurement processes while ensuring compliance with federal regulations and promoting environmentally sound practices.
    The document outlines the specifications for an Amphibious Track Vehicle with Cutter, intended for use at the Great Dismal Swamp National Wildlife Refuge with a delivery date set for November 2, 2025. Key features include a robust 15'10" aluminum body, 74 HP Kohler diesel engine meeting Tier 4 EPA standards, and a maximum load capacity of 1,300 lbs. The vehicle includes a hydraulic system for a rotary cutter capable of handling materials up to 2" in diameter and is equipped with essential safety and operational features such as an automatic shutdown for the cutter head and a back-up camera. The vehicle's track system consists of durable aluminum cleats and low-stretch rubber belts, designed for saltwater usage without the need for external greasing. Additional specifications cover the electrical system, winch capabilities, and a fire suppression system integrated into the pontoons. The accompanying trailer is designed for efficient loading and unloading. This RFP reflects the government’s commitment to enhancing operational capabilities for wildlife management and environmental protection, highlighting the need for specialized equipment in challenging terrains.
    The document details a request for proposal (RFP) to supply one amphibious tracked vehicle for the Great Dismal Swamp National Wildlife Refuge. The specified delivery date is on or before November 2, 2025. The quote includes a unit price, which encompasses all necessary supplies, materials, and delivery to the stated location. This procurement reflects government efforts to enhance resources for wildlife management, ensuring operational capability in diverse terrains. The outlined scope indicates the need for bidders to provide comprehensive pricing that covers all logistics associated with delivering the vehicle, aligning with federal standards for equipment acquisition.
    The Past Experience Questionnaire (140F0922Q0105) is a form required for businesses responding to government solicitations such as RFPs and grants. It is designed to assess a company's experience and capabilities in order to qualify for contract opportunities. The questionnaire requests essential company information, including the business type, years of experience, and details about past contracting work with federal or other government entities. Key requirements include disclosing whether the business has failed to complete any awarded contracts and providing details on key personnel available for the project. Participants must also submit references from contracts completed within the last three years, emphasizing similar scope and complexity, especially for government contracts. The questionnaire concludes with a certification, affirming the truthfulness of provided information and authorizing the government to verify the claims made. The document serves as a standardized means for government agencies to evaluate the qualifications of prospective contractors based on their past performance and relevant experience, thereby ensuring compliance and suitability for the tasks required. Overall, it guides businesses in presenting their competencies to secure government contracts.
    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.
    MN Morris WMD - UTV with Two Trade-ins
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the procurement of a 6x6 Utility Task Vehicle (UTV) along with the trade-in of two existing vehicles, specifically a 2009 Argo Avenger and a 2016 Polaris Ranger, for the Morris Wetland Management District (WMD). The UTV must meet specific technical specifications, including features such as a roll-over protection system, enclosed cab with climate control, and a power-tilting bed, with proposals evaluated based on technical compliance, lead time, and pricing. This procurement is crucial for enhancing operational capabilities in wildlife management and habitat conservation efforts. Interested vendors must submit their proposals by January 8, 2026, at 2:00 PM ET, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    MN Litchfield WMD - UTV with Trade-in
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a new Utility Terrain Vehicle (UTV) with a trade-in option for a 2017 Polaris Ranger as part of their operations at the Litchfield Wetland Management District (WMD). The UTV must meet specific requirements, including a 950 cc/65 HP engine, automatic transmission, and features suitable for safe operation in cold weather, such as power steering and a full cab with heating. This procurement is critical for enhancing operational efficiency in wildlife management activities, with quotes due by January 7, 2026, at 2:00 PM ET, and submissions should be directed to Dana Arnold at danaarnold@fws.gov. The contract will be awarded based on best value, considering both technical specifications and pricing, with the contractor responsible for delivery to the specified location in Litchfield, MN.
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to participate in a contract for Hazard Fuels Reduction and Pocosin Management at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves chipping and masticating 126 acres of previously cut and bundled trees, with a focus on minimizing environmental impact and adhering to strict operational guidelines to protect sensitive habitats and endangered species. This initiative is crucial for enhancing habitat quality in line with the refuge's management plan. Interested contractors must submit their proposals by December 18, 2025, with all inquiries directed to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    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.
    61--CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide a 200 hp outboard motor for law enforcement patrol boats operating on Montana's lakes and rivers. The procurement involves a firm-fixed-price contract for one motor, which must meet specific technical requirements, including compatibility with Smartcraft, and include necessary installation components and labor. This acquisition is critical for enhancing law enforcement capabilities in the region, ensuring effective patrols over long distances in various water conditions. Interested parties must submit their quotes by January 2, 2026, with the contract performance period set from January 12, 2026, to March 13, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide and install a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wetland Management District in North Dakota. The procurement includes specific requirements such as a pump package with various components, compliance with NFPA standards, and a completion timeframe of nine to twelve months post-award. This opportunity is crucial for enhancing firefighting capabilities in the region, ensuring that the fire truck is equipped with the necessary tools for effective emergency response. Interested vendors must submit their quotes by December 22, 2025, at 5:00 pm EST, to Khalilah Brown at khalilahbrown@fws.gov, with evaluations based on technical expertise and past performance.
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of one outboard motor, specifically a Mercury Marine 150XL FourStroke or an approved equivalent, as part of a Total Small Business set-aside initiative. The motor, which is critical for operations at the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana, must meet specific technical specifications, including a 150 horsepower output and Smartcraft compatibility, among others. Interested vendors are required to submit their quotes by December 19, 2025, with delivery expected by February 2, 2026, and must ensure compliance with all outlined specifications to demonstrate equivalency. For further inquiries, vendors can contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    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.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.