36 CS Ditch Witch
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCE

NAICS

Construction Machinery Manufacturing (333120)

PSC

MISCELLANEOUS CONSTRUCTION EQUIPMENT (3895)

Set Aside

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

    The Department of Defense, specifically the 36th Contracting Office at Andersen Air Force Base in Guam, intends to award a Firm-Fixed Price contract for the procurement of specific Ditch Witch trenching attachments, including the BH120 backhoe, CT120H centerline trencher, and RT120 low-angle backfill blade. These attachments are essential for ensuring the operational capability of existing Ditch Witch machinery at the base, as they are uniquely compatible and no alternative products can meet the required specifications without significant modifications that could compromise safety and warranties. Interested parties may submit capability statements or quotations for consideration, with the deadline for responses set for July 23, 2025, at 11:00 AM Chamorro Standard Time. For inquiries, contact A1C Keegan Tunnicliff at keegan.tunnicliff@us.af.mil or TSgt Samuel Gordon at samuel.gordon@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Sole Source Justification for purchasing specific Ditch Witch trenching attachments by the 36th Contracting Squadron. It establishes the necessity of acquiring the Ditch Witch BH120 backhoe, CT120H centerline trencher, and the RT120 low-angle backfill blade to make existing machinery operational at Andersen AFB. The justification hinges on the unique compatibility of these attachments with the Ditch Witch RT120, asserting that no alternative suppliers offer equivalent products without extensive modifications, which could pose safety risks and void warranties. Key statutory authorities cited include FAR regulations allowing for limited competition under unique circumstances. Market research indicates a lack of comparable products, confirming that only Ditch Witch can meet specific operational and safety requirements. Efforts to maximize competition included posting the requirement on SAM.gov, allowing potential resellers to respond. Ultimately, the document asserts that the anticipated costs will be fair and reasonable, given historical pricing data and quotes received. Certification by contracting personnel ensures the accuracy and completeness of the justification. This procurement process exemplifies adherence to government guidelines while addressing critical operational needs for the 36th Communications Squadron, thereby enhancing mission readiness.
    Lifecycle
    Title
    Type
    36 CS Ditch Witch
    Currently viewing
    Special Notice
    Similar Opportunities
    Wifi Fleming Heights Andersen AFB, GU
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide commercial internet services for office and lodging buildings at Andersen Air Force Base in Guam. The project entails installing internet connectivity across 63 locations, including 62 housing units in Fleming Heights and two floors of Dorm Building 27006, with specific speed requirements ranging from 25 Mbps to 150 Mbps depending on the building. This procurement is critical for ensuring reliable internet access for personnel and operations at the base, with a performance period set from December 27, 2025, to December 26, 2026, and options for two additional years. Interested parties must submit attendee names for a site visit by November 20, 2023, and direct any questions to Derick Fontyn at derick.fontyn@us.af.mil by November 24, 2025.
    36 CES Airfield Lighting Control and Monitoring System (ALCMS) Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the Airfield Lighting Control and Monitoring System (ALCMS) at the 36th Civil Engineer Squadron in Yigo, Guam. The procurement involves maintenance, repair, and rebuilding of electrical and electronic equipment components, as detailed in the attached justification and approval document. This system is critical for ensuring the safety and efficiency of airfield operations, highlighting the importance of reliable lighting control and monitoring. Interested parties can reach out to Lauren Reyes at laurenrenee.reyes.2@us.af.mil or by phone at 671-366-6612, or Aubreeana Taylor at aubreeana.taylor@us.af.mil or 671-366-6603 for further information.
    NBG Security Department_Portable Toilets_GUAM
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center Yokosuka, is soliciting quotes for the provision of portable toilets for the Naval Base Guam Security Department. The contract requires the delivery and servicing of 12 deluxe portable toilets, including regular cleaning, sanitizing, and replenishing supplies, with a base performance period from December 17, 2025, to December 16, 2026, and four optional one-year extensions through December 16, 2030. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested small businesses must submit their quotations by December 11, 2025, to the designated contract specialists, with further details available in the solicitation documents.
    Guam/JRM AE IDIQ
    Buyer not available
    The Department of Defense, through the Air Force, is seeking small business architect-engineer firms for a Multiple Award Task Order Contract (MATOC) for Architect-Engineering (A-E) Services at Andersen Air Force Base in Guam. The contract, with a total ceiling of $930 million, will support Facility Sustainment, Restoration, and Modernization (FSRM) and Military Construction (MILCON) projects, encompassing both Title I (design and planning) and Title II (construction support) services. This opportunity is significant for firms specializing in engineering services, as it emphasizes climate-informed design and construction practices to enhance mission resilience. Interested firms must submit questions by December 15, 2025, with the final submission deadline for SF330 forms set for January 30, 2026; inquiries should be directed to Samuel Mendez at samuel.mendez@us.af.mil.
    3 SNOWPLOWS WITH FLEXIBLE BLADES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of three snowplows equipped with segmented flexible blades, under solicitation number FA660626Q0002. The requirement includes two 10-12ft plows designed for Volvo L50 and JCB 416 HT, and one 18ft plow for Volvo 110, all aimed at enhancing snow removal efficiency while minimizing surface damage. These snowplows are critical for maintaining operational readiness in harsh winter conditions, ensuring effective snow clearance and equipment protection. Interested vendors must submit their quotes by 12:00 PM EST on January 9, 2026, to the designated contacts, Rosalie M. Connelly and Kyle Kalagher, via email, and must include detailed warranty information and compliance certifications as outlined in the solicitation documents.
    F-16 Installation Tool Kit, B
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the F-16 Installation Tool Kit, designated under solicitation FA8203-25-Q-0008. This procurement involves the supply of specific installation tools required for the F-16 aircraft, particularly under two foreign military sales cases, with an emphasis on an "All or None" award approach based on the lowest total evaluated price. The tools are critical for maintaining and servicing the F-16 aircraft, ensuring operational readiness and safety. Proposals are due by January 9, 2026, at 4:30 PM MST, and interested contractors should direct inquiries to Sara Tibbetts at sara.tibbetts@us.af.mil or Nathan Hirschi at nathan.hirschi@us.af.mil for further details.
    22-25-1009 two(2) Fives Giddings & Lewis PT 1500 Plain Table CNC Horizontal Boring Mills (HBM) with Integrated Contouring Heads (ICH)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of one Fives PT 1500 Plain Table CNC Horizontal Boring Mill (HBM) with an Integrated Contouring Head (ICH), with an option to purchase a second unit at a later date. This procurement aims to fulfill the government's requirements for advanced machining capabilities, which are critical for operations at the Puget Sound Naval Shipyard, including tooling, training, foundation work, and equipment removal. The solicitation has been amended to extend the closing date to December 29, 2025, and requires offers to remain valid for 120 days. Interested vendors should direct inquiries to Christina Gibbs at christina.gibbs@dla.mil for further details.
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Buyer not available
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is soliciting bids for the procurement of a Raymond 9600 SA-CSR30T forklift or an equivalent model. The requirements include a forklift with a capacity of at least 1,000 lbs at a height of 21 feet, a mast height of 21-22 feet, and a maximum width of 54 inches, along with specific operational features such as 40-inch forks and safety equipment. This procurement is a total small business set-aside under NAICS Code 333924, emphasizing the importance of the equipment for operational efficiency at the base. Interested vendors must submit their quotes by December 17, 2025, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Brett Stroud at brett.stroud.1@us.af.mil.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    Vehicular Track Tension Device
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of six Vehicular Track Tension Devices, identified by NSN 2530-01-601-6921 and part number 9243393, manufactured by John Deere Shared Services, LLC. This opportunity is a total small business set-aside, requiring bidders to submit offers for the complete quantity, with the intention of awarding a firm-fixed-price contract. The devices are critical components for vehicular systems, and delivery is expected within 120 days post-award to DLA Distribution Red River in Texarkana, Texas. Interested parties must submit their proposals electronically by December 19, 2025, at 5:00 PM EST, and can direct inquiries to Junae Tabb at Junae.Tabb@dla.mil or by phone at 385-591-2861.