Amphibious Tracked Vehicle, Great Dismal Swamp NWR
ID: 140FS325R0004Type: Solicitation
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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    UTV/EQUIPMENT TRAILER
    Buyer not available
    The Bureau of Land Management (BLM) is seeking quotes for the procurement of a UTV/equipment trailer under solicitation number 140L3625Q0057, specifically designed for small businesses. The trailer must meet detailed specifications, including a length of 30 feet, a width of 8 1/2 feet, a gross vehicle weight of 14,000 pounds, and features such as 14-ply tires and a gooseneck hitch type. This procurement is crucial for the Department of the Interior, ensuring the availability of necessary equipment for operational efficiency. Interested vendors must submit their quotes by June 18, 2025, with inquiries directed to Christopher Brailer at cbrailer@blm.gov, and ensure they are registered with the System for Award Management (SAM) to be eligible for award consideration.
    TX-ARANSAS NWR-JOHN DEERE TRACTOR REPAIR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for the repair of a John Deere 7420 tractor located at the Aransas Matagorda Island National Wildlife Refuge in Austwell, Texas. The procurement is a total small business set-aside, aimed at soliciting bids from authorized John Deere service centers capable of diagnosing and addressing transmission issues with the tractor, which is currently unable to move forward when shifted into the forward gear. This repair is critical for maintaining operational efficiency within the refuge, ensuring that essential services can continue without disruption. Proposals are due by June 20, 2025, with the service completion timeline set from June 30, 2025, to August 29, 2025. Interested parties should contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further details.
    1240LQ25P0008 Dixie NF Snowmobile
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking quotations for the procurement of a grooming snowmobile for the Dixie National Forest. The snowmobile must meet specific requirements, including a four-stroke engine size of 900-1100 cc, 20-24 inch wide tracks, and a winch capacity of at least 3,000 pounds, to support trail maintenance and enhance outdoor recreational infrastructure. This procurement is set aside for small businesses under NAICS code 336999, with a contract period from July 1, 2025, to October 31, 2025. Interested parties must submit their quotations, including a technical proposal and price quote, by July 13, 2025, at 4:00 PM Central Time, and can direct inquiries to Thomas Mendoza at thomas.mendoza@usda.gov.
    J--Region 4 Heavy Equipment Maintenance and Repair BP
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment maintenance and repair services across Region 4, which includes states such as Alabama, Florida, and Georgia, as well as Puerto Rico and the U.S. Virgin Islands. The procurement encompasses a wide range of services including diagnostics, fluid and filtration services, and repairs for various heavy equipment, with a focus on ensuring compliance with environmental standards and promoting small business participation, as 20% of the awards are reserved for small businesses. This BPA is crucial for maintaining operational efficiency and safety of heavy equipment utilized by the agency, with a total ceiling of $12 million for all awards and individual call limits set at $7.5 million. Interested vendors must acknowledge receipt of amendments and submit their proposals by June 23, 2025, with the BPA period running from August 1, 2025, to July 31, 2035; for further inquiries, contact Sarah DeLawder at Sarahdelawder@fws.gov or (304) 876-7429.
    F--Mechanical mastication. Big Branch & Bogue Chitto
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide mechanical mastication services at the Big Branch and Bogue Chitto National Wildlife Refuges in Louisiana. The primary objective of this procurement is to remove hazardous fuels and hardwood debris across approximately 736 acres, enhancing fire safety and promoting ecological resilience. This initiative is crucial for effective land management and habitat restoration within the designated wildlife refuges, ensuring compliance with environmental standards. Interested contractors must submit their quotes by June 24, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    J--R6 - Vehicle Repair/Maint BPA setup
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for vehicle repair and maintenance services across Region 6, which includes Montana, Wyoming, North Dakota, South Dakota, Kansas, Nebraska, Colorado, and Utah. The procurement encompasses a wide range of services, including diagnostics, fluid services, electronics, engine maintenance, and the purchase of repair parts, with a focus on ensuring that vendors have certified mechanics capable of performing these tasks. This BPA is crucial for maintaining the operational readiness of government vehicles over a ten-year period, with a total contract value of up to $7,500,000 per individual purchase. Interested vendors must submit their proposals, including a signed form 1449, a statement of capability, and hourly labor rates, by the extended deadline of June 30, 2025, to Robert Sung at robertsung@fws.gov.
    PURCHASE SNOWMOBILE TRAILERS
    Buyer not available
    The National Park Service (NPS) is seeking quotes for the procurement of three snowmobile trailers to support activities at Pictured Rocks National Lakeshore in Michigan. The trailers must meet specific requirements, including a maximum overall length of 18 feet, a gross vehicle weight rating (GVWR) of at least 2,990 lbs, and features such as full aluminum construction and LED lighting. This acquisition is a 100% small business set-aside under NAICS code 336214, with a firm-fixed price contract anticipated to be awarded within five days of receiving offers. Interested vendors must submit their quotes by 12:00 PM ET on June 23, 2025, and ensure they are registered in the System for Award Management (SAM) with an active Unique Entity Identifier (UEI). For further inquiries, contact Colette Riegelmayer at coletteriegelmayer@nps.gov or call 330-468-2500.
    Utility vehicles
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide two Workman HDX 4WD TORO utility vehicles as part of a combined synopsis/solicitation. The procurement requires vehicles with specific features including a manual transmission, on-demand 4WD, a hauling capacity of up to 3,500 lbs, and additional components such as a cab door kit, heating, turn signals, lights, mirrors, independent suspension, and dual rear springs, powered by a Kubota 972 EFI engine. These utility vehicles are essential for operations at Arlington National Cemetery, ensuring efficient transportation and maintenance capabilities. Interested small businesses are encouraged to reach out to Anthony Zyla at anthony.j.zyla.civ@army.mil or 703-614-0476, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-5582 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    OR MALHEUR NWR UNIT 7 PIPE PHASE 2
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotes for the procurement of piping materials as part of the Unit 7 Pipe Phase 2 project at the Malheur National Wildlife Refuge. This procurement includes the delivery of water control structures and associated hardware, with specific requirements for culverts and canal gates, and a delivery deadline set for June 1, 2025. The project is critical for enhancing water management and conservation efforts within the refuge, and it is categorized under NAICS code 237110, emphasizing a total small business set-aside. Interested vendors must submit their proposals by June 16, 2025, via email, and ensure they are registered in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted at oscarorozco@fws.gov.
    GMUG National Forests Snowcat Tracks
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting quotes for the procurement of 175" replacement snowcat tracks for the GMUG National Forest in Delta, Colorado. This opportunity is exclusively set aside for small businesses under NAICS code 336999, with a performance period scheduled from July 1, 2025, to October 31, 2025. The snowcat tracks are essential for the operational efficiency of the USDA Forest Service's fleet, ensuring effective management of forest resources. Interested vendors must submit their comprehensive quotes, including a technical proposal and pricing, via email by June 13, 2025, at 4:00 PM Central Time, and can contact Thomas Mendoza at thomas.mendoza@usda.gov for further information.