MRG SFD BOOM MOWER
ID: 140R4025Q0018Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONUPPER COLORADO REGIONAL OFFICESALT LAKE CITY, UT, 84138, USA

NAICS

Farm Machinery and Equipment Manufacturing (333111)

PSC

HARVESTING EQUIPMENT (3720)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking proposals for the procurement of a telescoping boom mowing machine intended for the Middle Rio Grande Socorro Field Division. The machine must meet specific engineering specifications, including a minimum of 140 horsepower, compliance with EPA Tier 4 Final standards, and the capability to cut up to 30 feet with various attachments. This procurement is crucial for enhancing operational efficiency in maintaining low flow channels and access roads, ensuring safety and reliability in governmental operations. Proposals are due by March 3, 2025, and interested parties should direct inquiries to Ronda Lucero at rlucero@usbr.gov or call 505-462-3650. The contract will be awarded based on best value, considering both price and technical capability, with delivery expected within 365 days of contract award.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Reclamation's Upper Colorado Region has issued a Request for Proposal (RFP) for the procurement of a purpose-built boom mowing machine intended to enhance operational efficiency in maintaining low flow channels and access roads. The machine should possess specific characteristics to ensure operator safety and reliability, including a diesel engine compliant with EPA Tier 4 Final standards, hydrostatic drivetrain, robust cab construction, and advanced hydraulic systems. Critical details encompass the equipment's engineering specifications, such as a minimum of 140 horsepower, a telescoping boom capable of cutting up to 30 feet, and a variety of attachments including a rotary mower, drum-type mulcher, and broom. The procurement emphasizes quality assurance through warranties and submission of operation and repair manuals. The contractor is responsible for delivery to Socorro, NM, ensuring protection during transport, and providing orientation for Bureau personnel. The performance period is set for 365 days from contract award, highlighting a structured timeline for project execution. Overall, this RFP demonstrates the Bureau's commitment to modernizing maintenance tools while prioritizing operational safety and compliance with federal standards.
    The document outlines a request for quotes related to the procurement of a Boom Mowing Machine by the Middle Rio Grande Socorro Field Division. It specifies the terms under which quotes will be evaluated, emphasizing that only complete proposals on the entire Price Schedule will be considered. The request includes detailed line items for the equipment needed—one Boom Mowing Machine, accompanied by various attachments, and related costs including freight, delivery, assembly, and orientation. Additionally, the total price must reflect all applicable fees and taxes. The Government retains the right to request further information to validate each line item. This document is part of the federal solicitation process, aimed at obtaining competitive bids for necessary equipment and services to support governmental operations.
    The Bureau of Reclamation has issued a Combined Synopsis/Solicitation (140R4025Q0018) for a telescoping boom mowing machine, designated for the Middle Rio Grande Socorro Field Division. This is a total small business set-aside, with proposals to be submitted under NAICS 333111, which has a size standard of 1,250 employees. Interested companies must provide a technical capability narrative and price quotes for each item listed on the Price Schedule. The awarded contract will be a firm fixed-price purchase order based on the best value considering both price and technical capability. Delivery is expected within 365 days to the specified location in Socorro, NM, with all costs related to shipping and setup included. Proposals are due by March 3, 2025, and all inquiries should be directed to the Contracting Specialist, Ronda Lucero, via email. This document operates under the Federal Acquisition Regulation (FAR), which outlines compliance requirements and clauses applicable to this procurement. This solicitation reflects the government's initiative to enhance operational efficiency while promoting participation from small businesses in fulfilling federal contracting needs.
    The Bureau of Reclamation is issuing a Sources Sought Notice (No. 140R4025Q0018) to identify potential vendors for a specialized purpose-built telescoping boom mower that will replace aging equipment at the Socorro Field Division in New Mexico. This procurement is intended for machine operation in maintaining grass, brush, and overhead limbs near low flow channels and access roads, emphasizing operator safety and equipment reliability. Key specifications include a diesel engine meeting EPA Tier 4 standards with a minimum of 140 horsepower, hydrostatic drive transmission, ROPS and FOPS certified cab, hydraulic systems for travel and mowing functions, and a telescoping boom capable of extending 30 feet for versatility in cutting/mowing operations. Proposals must include relevant business information and expertise in producing the required equipment. Vendors are encouraged to submit capability statements by December 27, 2024, via email to the designated Contract Specialist, Ronda Lucero. The notice clarifies that this is not a formal solicitation, but a means to assess market capabilities for future procurement needs. The responses will help determine whether the procurement will be set aside for small businesses under the relevant NAICS code.
    The Bureau of Reclamation's Upper Colorado Region, specifically the Albuquerque Area Office's Socorro Field Division, is seeking procurement for a purpose-built boom mowing machine to replace aging equipment used for managing vegetation near low flow channels and access roads. Key specifications include a diesel engine with minimum 140 horsepower, a robust hydrostatic drive system, and advanced safety features in the cab. The machine must offer significant maneuverability with a telescoping boom capable of cutting/mowing up to 22 feet horizontally and 19 feet vertically. Delivery and setup of the machine, along with operation and repair manuals, are required, with a warranty of at least one year. Contractors must submit various documentation for approval related to product data and manuals, ensuring compliance with specifications outlined in the Statement of Work. The project timeline spans a maximum of 365 days from contract award, emphasizing timely delivery and setup to support operational efficiency and safety in government operations. This procurement illustrates the government's commitment to maintaining its equipment capabilities while adhering to safety and environmental standards.
    The Bureau of Reclamation's Albuquerque Area Office is seeking to procure a purpose-built telescoping boom mowing machine to replace aging equipment used for grass, brush, and limb cutting near low flow channels and access roads. The procurement emphasizes operator safety, machine reliability, and a design that minimizes the risk of tipping. Key specifications for the machine include a diesel engine with at least 140 horsepower, a hydrostatic drivetrain, and an ROPS/FOPS certified cab equipped with safety features. The mower must possess a telescoping boom with at least a 30-foot reach and be supplied with a rotary mower, a mulching head, and a broom attachment. The contractor is responsible for delivery to Socorro, NM, and must ensure equipment protection during transit. The contract includes provisions for operation and repair manuals, a warranty of at least one year, and compliance with specific submittal requirements for government approval. The contractor’s performance is expected to commence upon award notification and must conclude within one year. Overall, this procurement aligns with federal RFP processes, ensuring that equipment and services meet the rigid standards of the Bureau of Reclamation and adhere to federal guidelines.
    Lifecycle
    Title
    Type
    MRG SFD BOOM MOWER
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    37--Front-end Mulcher Attachments, BLM Tyrrell and Hor
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting bids for the acquisition of front-end mulcher attachments for use at the Tyrrell and Horning Seed Orchards in Oregon. The procurement requires mulchers with specific technical capabilities, including a 72-inch cutting width, the ability to mulch materials up to 6 inches in diameter, and compatibility with tractors ranging from 50 to 165 horsepower, specifically models from Kubota and New Holland. This equipment is essential for maintaining effective agricultural operations at the seed orchards while ensuring safety and compatibility with existing machinery. Interested vendors should contact Tiffany Eslinger at teslinger@blm.gov or (503) 808-6521 for further details, with the period of performance set from April 30, 2025, to September 30, 2025.
    MRG RGSM Population Monitoring
    Buyer not available
    The Department of the Interior, Bureau of Reclamation, is soliciting proposals for the MRG RGSM Population Monitoring project, aimed at monitoring the population of the Rio Grande Silvery Minnow (RGSM). The procurement requires qualified contractors to conduct monthly field sampling, generate reports, and participate in optional scientific workshops over a performance period from March 15, 2025, to March 14, 2030. This initiative is critical for the ecological protection of a threatened species, reflecting the Bureau's commitment to regulatory compliance and environmental stewardship. Quotations must be submitted by 5:00 PM Mountain Time on February 27, 2025, and interested parties can contact Mary Maestas at mmaestas@usbr.gov or by phone at 505-462-3581 for further information.
    WY BO PB WEED CONTRACT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is seeking contractors for a weed control project at Boysen Dam and Pilot Butte Powerplant in Fremont County, Wyoming. The procurement involves providing pesticide support services to manage woody and broadleaf weeds on designated Reclamation lands, with a performance period from April 1, 2025, to March 31, 2026, and options for four annual renewals. This initiative is crucial for maintaining environmental compliance and enhancing the operational areas of critical infrastructure. Interested small businesses, particularly service-disabled veteran-owned, HubZone, and economically disadvantaged women-owned entities, should contact Melissa Parkison at MParkison@usbr.gov or call 406-247-7822, with a total award amount of $9.5 million and a site visit scheduled for March 3, 2025, requiring RSVP by February 28, 2025.
    Turbine and Generator Hydroelectric IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on the manufacturing and rehabilitation of hydroelectric turbine and generator components. The procurement aims to address the repair, remanufacture, and machining of various hydro power plant components, including turbines, generators, valves, and other essential equipment at facilities such as Hoover Dam, Davis Dam, and Parker Dam. This initiative is critical for maintaining the operational efficiency and safety of hydroelectric power generation, with an anticipated contract value exceeding $10 million over a five-year ordering period. Interested parties must submit their capability statements by 5:00 PM Eastern Time on February 28, 2025, to Maxwell Watanga at mwatanga@usbr.gov, referencing the solicitation number DOIRFBO250010.
    BDO-BFO BLM FY25 UTV PURCHASE W/TRADE-IN
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals from small businesses for the purchase of a Yamaha Viking Utility Terrain Vehicle (UTV) as part of solicitation number 140L2625Q0012, which includes trade-ins of two older vehicles. The procurement specifies detailed requirements for the new UTV, including seating capacity, engine specifications, and performance characteristics, emphasizing compliance with federal regulations and standards. This acquisition is crucial for supporting the BLM's operational needs in managing public lands effectively. Interested vendors must submit their proposals by February 26, 2025, and ensure they are registered in the System for Award Management (SAM); for further inquiries, they can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911.
    Procurement of Backhoe Loaders (BHL) Amendment #0001
    Buyer not available
    The Department of Defense, specifically the U.S. Marine Corps, is soliciting proposals for the procurement of 169 Backhoe Loaders (BHLs) to enhance operational capabilities. The BHLs are required to meet specific military modifications, including adaptations for combat emplacements, operator safety features, and compatibility with existing military standards. This procurement is crucial for modernizing equipment and ensuring the Marine Corps maintains operational readiness while replacing aging models. Interested contractors should note that the proposal submission deadline has been extended to 14:00 EST on March 17, 2025, and can contact Tommie L. Klise at tommie.klise@usmc.mil or Terence Mcginn at terence.mcginn@usmc.mil for further information.
    WATERAX Genuine MARK-3® OEM Parts
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the procurement of WATERAX Genuine MARK-3® Original Equipment Manufacturer (OEM) parts to support the Northeast Interagency Incident Support Cache located in Grand Rapids, Minnesota. Eligible offerors must be authorized resellers of these parts and provide manufacturer warranty documentation, with delivery required within 120 calendar days after order placement. These components are critical for maintaining operational readiness of equipment used in forest management and firefighting activities. Interested vendors must submit their quotes via email to Theresa Hood by February 24, 2025, with the performance period extending from February 26, 2025, to June 26, 2025. The solicitation is set aside for small businesses, including service-disabled veteran-owned and HUBZone businesses, and all submissions must comply with the outlined federal procurement regulations.
    UT-JONES HOLE NFH- DEGASSING PUMP REPLACEMENT
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the replacement of two degassing pumps at the Jones Hole National Fish Hatchery in Vernal, Utah. The project requires the contractor to supply two Folsom 5 horsepower Simflo pumps, adhering to specific technical specifications and regulations, with a completion deadline set for April 1, 2025. This procurement is crucial for maintaining the health of fish populations and ensuring the hatchery's operational efficiency. Interested small businesses must submit their quotes, including technical proposals and past performance references, by March 3, 2025, with further inquiries directed to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    J--BGNDRF Backflow Preventer Replacement
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors for the replacement of backflow preventers at the Brackish Groundwater National Desalination Research Facility in Alamogordo, New Mexico. The project involves the removal and installation of various backflow preventers and associated infrastructure, ensuring compliance with local regulations and safety standards. This procurement is critical for maintaining the facility's operational integrity and public safety, with an estimated contract value between $100,000 and $250,000. Interested small businesses must submit their proposals by February 21, 2025, and can direct inquiries to Contract Specialist Ronda Lucero at rlucero@usbr.gov or by phone at 505-462-3650.
    J--Synopsis - R6 Heavy Eqpt Repair BPA
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors to establish a Blanket Purchase Agreement (BPA) for the maintenance and repair of heavy equipment across eight states in Region 6, which includes Montana, Wyoming, North Dakota, South Dakota, Kansas, Nebraska, Colorado, and Utah. The BPA will facilitate diagnostics, maintenance, and repairs of various equipment components, ensuring that all work is pre-approved and invoiced according to contract regulations, with individual calls not exceeding $2,500 unless otherwise specified. This agreement is crucial for maintaining operational efficiency and ensuring the reliability of heavy equipment used by refuge staff in the region. Interested vendors can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825 for further details, with the BPA being valid for ten years from the signature date.