Supply/deliver one (1) dump truck, Marblemount, WA
ID: 140P8325Q0021Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR OLYM MABO(83000)PORT ANGELES, WA, 98362, USA

NAICS

Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing (333924)

PSC

TRUCKS AND TRUCK TRACTORS, WHEELED (2320)

Set Aside

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

    The Department of the Interior, through the National Park Service, is seeking proposals for the supply and delivery of one dump truck to the North Cascades National Park in Marblemount, WA. The procurement is set aside for small businesses under NAICS code 333924 and requires a 6x4 cab and chassis dump truck with specific technical specifications, including a turbocharged diesel engine and safety features suitable for maintenance operations in challenging terrain. This acquisition is crucial for maintaining roads, facilities, and campgrounds within the park, ensuring operational efficiency in adverse weather conditions. Interested vendors must submit their quotes by May 22, 2025, with delivery expected by September 30, 2025, and are encouraged to contact Hal Hoversten at Hal_Hoversten@nps.gov for further inquiries.

    Point(s) of Contact
    Hoversten, Hal
    (360) 569-6542
    (360) 569-6549
    Hal_Hoversten@nps.gov
    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ# 140P8325Q0021) for supplying and delivering a dump truck to the North Cascades National Park. It stipulates that contractors must provide a fixed price quote including all necessary costs such as labor, materials, and delivery. Bidders must complete a price schedule and include their business details, ensuring compliance with federal regulations regarding telecommunications and equipment under the John S. McCain National Defense Authorization Act. Specifically, the proposal requires representations concerning the use of covered telecommunications equipment, emphasizing the prohibition of contracting with entities utilizing such services. The RFQ details the mandatory certifications and inquiries to assess compliance with applicable federal standards, reflecting the government's commitment to ensuring safe and reliable service as part of its procurement process. This RFQ ultimately facilitates the acquisition of vital equipment while ensuring adherence to federal regulations focused on telecommunications safety.
    The North Cascades National Park Service Complex seeks to procure a new 6x4 cab and chassis dump truck with a gross vehicle weight rating of 54,000-58,000 lbs. This vehicle will primarily aid in the maintenance of roads, facilities, and campgrounds, necessary for operating in steep, mountainous terrain and adverse weather conditions. The contractor is required to deliver a fully operational truck that complies with federal, state, and local regulations. The technical specifications include a turbocharged diesel engine with a minimum of 500 HP, a fully automatic transmission, heavy-duty air brake systems, and a dump body with a capacity of 10-14 cubic yards made from durable materials. Additionally, safety features are emphasized, such as enhanced rear visibility through strategically positioned mirrors and reinforced inner frame supports to ensure stability and durability on uneven surfaces. This acquisition reflects the park's commitment to providing safe and efficient maintenance capabilities, tailored to the challenges of its unique geographical setting while adhering to best practices in vehicle design for durability and driver safety.
    This document serves as an amendment (no. P001) to the solicitation 140P8325Q0021, pertaining to the procurement process for a dump truck and trailer for the National Park Service (NPS). It outlines necessary actions for contractors regarding the acknowledgment of this amendment, which must be submitted before the designated deadline to avoid rejection of an offer. The vehicle's title will transfer to the government upon delivery, and contractors must have active profiles on SAM.gov to be eligible for awards. Key inquiries from potential offerors were addressed, specifically regarding vehicle registration, payment terms, and the type of license plates. Responses indicated that payment requests should be submitted via IPP.gov, adhering to a standard net 30 payment term, and that vehicles will be issued U.S. Government plates. The document details administrative modifications while maintaining existing terms, reinforcing procedural compliance for contractors involved in government contracts. This amendment aims to provide clarity for participants in the procurement process, ensuring the efficient execution of contractual obligations and regulatory adherence.
    The North Cascades National Park (NOCA) is issuing Request for Quote (RFQ) 140P8325Q0021 for the supply and delivery of one dump truck and accessories. The RFQ is a firm-fixed price contract set aside for small businesses under NAICS code 333924. Proposals are due by May 22, 2025, with product delivery expected by September 30, 2025. Interested vendors must maintain an active registration in the System for Award Management (SAM.gov) and provide quotes that conform to the specifications outlined in the solicitation. The government seeks offers that represent the best value, considering both price and compliance with technical requirements. Contractors must certify eligibility related to various business classifications, including small disadvantaged and women-owned businesses, and are required to provide proper documentation with their invoices via the Internet Payment Platform (IPP). The solicitation emphasizes the importance of meeting federal regulations and provides details on mandatory clauses related to contract execution. Moreover, it contains provisions ensuring compliance with labor and employment standards, environmental practices, and the Buy American Act. This procurement reflects the government's aim to engage small businesses while fulfilling specific supply needs for park operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    11-1 Ton Dually Pickup Trucks with studded tires
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of 11-1 Ton Dually Pickup Trucks equipped with studded tires for use at Fort Carson, Colorado. The requirements include vehicles that can seat at least five personnel, feature an automatic transmission, and have a 6.7L Turbo Diesel engine or equivalent, with a towing capacity of 25,000 lbs. These trucks must be no more than three years old, have fewer than 50,000 miles, and be delivered by January 5, 2026, with a turn-in date of April 2, 2026. Interested parties should submit their responses via email to George Hargis at George.e.Hargis.civ@army.mil by December 15, 2025, as this notice is a sources sought announcement and not a formal solicitation.
    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.
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.
    Supply and Deliver Propane, Lassen Volcanic NP
    Interior, Department Of The
    The National Park Service (NPS) is seeking quotations for the supply and delivery of propane to Lassen Volcanic National Park in Tehama County, California. The contractor will be responsible for providing approximately 38,500 gallons of propane to fill three underground storage tanks to 80% capacity, with deliveries scheduled between January 1, 2026, and September 30, 2026. This procurement is a Total Small Business Set-Aside, emphasizing the importance of compliance with Tehama County and DOT regulations, and requires the contractor to provide detailed delivery receipts. Quotations must be submitted via email to Brenda Lewis at brendalewis@nps.gov by December 16, 2025, at 2:00 PM PST, and the contract will be awarded based on the most advantageous quotation to the government.
    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.
    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.
    WA NP OLYM 115(1) , Repair Storm Damage on Mora Road
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP OLYM 115(1) project, which involves repairing storm damage on Mora Road within Olympic National Park, Clallam County, Washington. The project aims to stabilize embankments using riprap and engineered log jams over a 0.1-mile stretch, incorporating essential construction activities such as erosion control, roadway excavation, and ecological restoration elements like fish passage boulders and log barriers. This initiative is crucial for maintaining infrastructure integrity and environmental health in the park. The estimated contract value ranges from $2,000,000 to $5,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion target by Winter 2026. Interested parties can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.
    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.
    WA NP MORA 11(1), Fryingpan Creek Bridge
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP MORA 11(1) project, which involves the replacement of the Fryingpan Creek Bridge in Mount Rainier National Park, Washington. The project entails constructing a new 218.5-foot long steel plate girder bridge with a cast-in-place concrete deck, along with roadway realignment, parking lot construction, minor pipe culvert replacement, and stone masonry work. This initiative is crucial for maintaining infrastructure integrity and enhancing transportation safety within the park, with an estimated contract value between $10 million and $20 million. Interested vendors should note that the tentative solicitation date is set for Winter 2026, with a fixed completion date anticipated in Summer 2029; for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520.
    OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington" project, which involves pavement preservation work at several national park sites. The project includes tasks such as crack sealing, patching, microsurfacing, and pavement marking over a total length of 3.85 miles, specifically at Fort Vancouver National Historic Site, Lewis and Clark National Historic Park, and Oregon Caves National Monument. This initiative is crucial for maintaining the infrastructure of these historical sites, ensuring safe access for visitors and preserving the integrity of the roads. The estimated contract value ranges from $2 million to $5 million, with a tentative completion date set for Summer 2026. Interested vendors can obtain further details and submit inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520, and are encouraged to register on SAM.gov for updates on the solicitation documents expected to be available in Winter 2025/2026.