NEW DUMP TRAILER for SANTA MONICA MOUNTAINS NRA, C
ID: 140P8625Q0013Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR GOGA(86000)SAN FRANCISCO, CA, 94123, USA

NAICS

Truck Trailer Manufacturing (336212)

PSC

TRAILERS (2330)

Set Aside

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

    The National Park Service, part of the Department of the Interior, is seeking quotations for the procurement of a new dump trailer for the Santa Monica Mountains National Recreation Area in California. The required trailer is a 7’x14’ model with a Gross Vehicle Weight Rating (GVWR) of 20,000 lbs, featuring dual axles with electric brakes, heavy-duty tires, and a hydraulic system with remote control capabilities. This procurement is essential for maintaining park infrastructure and facilitating equipment movement within the area. Interested small businesses must submit their quotes by January 22, 2025, and can direct inquiries to Michael Gabriel at Michael_Gabriel@nps.gov or by phone at 415-561-4790.

    Point(s) of Contact
    Gabriel, Michael
    (415) 561-4790
    (978) 318-7800
    Michael_Gabriel@nps.gov
    Files
    Title
    Posted
    The Department of the Interior's National Park Service has issued a Request for Quotation (RFQ) for a 7’x14’ dump trailer to be delivered to the Diamond X Ranch within the Santa Monica Mountains National Recreation Area. The specifications outlined indicate a need for robust construction and specific features, including a 20,000-pound Gross Vehicle Weight Rating (GVWR), dual axles with electric brakes, heavy-duty tires, and a hydraulic system with a corded remote control. The trailer must also include safety components such as a breakaway kit and conspicuity tape, along with a locking toolbox housing the battery and hydraulic pump. The project ensures compliance with safety regulations while facilitating equipment movement within the park area. This RFQ reflects the park service's operational requirements and commitment to maintaining park infrastructure efficiently.
    The document is an attachment related to a federal Request for Proposal (RFP) that requires prospective offerors to detail their experience and past performance relevant to the proposed work. It contains three main sections: 1. **Financial Data** - Offerors must provide current financial information, including assets, liabilities, and net worth, along with banking details and a point of contact. 2. **Existing Commitments** - This section requires details on previous contracts, including contract numbers, amounts, agency or owner information, contact persons, and descriptions of work performed. 3. **Past Performance and Relevant Experience** - Offerors should outline contracts that demonstrate relevant experience, specifying areas of expertise related to the proposed project. They must list their largest contracts from the past three years in this section. The purpose of the document is to ensure offerors present a comprehensive overview of their qualifications and past contract performance to assess their fit for the project while promoting a fair evaluation process. The RFP establishes criteria to gauge contractor reliability and capability effectively.
    The document is a Request for Quotation (RFQ) from the National Park Service (NPS) for the procurement of a new dump trailer for the Santa Monica Mountains National Recreation Area (SAMO). It is identified as RFQ 140P8625Q0013, with a submission deadline set for January 22, 2025. The specified trailer is a 7’x14’ model with particular requirements such as a gross vehicle weight rating (GVWR) of 20,000 lbs and specific braking systems, tires, and hydraulic features. This solicitation is a total small business set-aside, emphasizing that only small business offers will be considered. The selection will be based on price, compliance with specifications, and the vendor's past performance. Interested parties must submit a complete quote that includes representations and certifications as outlined in the solicitation, via email. This RFQ serves as part of the federal procurement process, reflecting the commitment to supporting small businesses while ensuring the technical and cost-effectiveness of the government’s acquisitions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NEW XL 50 RIDGID GOOSENECK TRAILER
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Division, is seeking quotations for the procurement of a new XL 50 Ridgid Gooseneck Trailer. The procurement aims to acquire a trailer that meets specific design and performance specifications, including dimensions, capacities, and braking systems, to support federal transportation initiatives. This trailer is essential for various transportation projects, ensuring efficient and reliable transport of materials and equipment. Interested vendors must submit their quotes by March 12, 2025, with a delivery requirement by September 30, 2025. For further inquiries, potential bidders can contact Regina P. McDonald at Regina.McDonald@dot.gov or by phone at 703-404-6268.
    24 ft Dual Axle Gooseneck Trailer - Watson, MN
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting bids for the supply and delivery of a 24-ft Dual Axle Dual Wheel Gooseneck Trailer for the Lac Qui Parle Project in Watson, Minnesota. The trailer must meet specific requirements, including a gross vehicle weight rating of 40,000 lbs, a 30,000 lb Bulldog BX1 towing coupler, hydraulic beavertail ramp, and electric brakes, ensuring compliance with safety and functionality standards. This procurement emphasizes the government's commitment to utilizing small businesses, as it is a 100% Small Business Set-Aside under NAICS Code 336212, with quotes due by 11:00 AM on March 18, 2025, and delivery expected within 180 days of contract award. Interested contractors should contact John P. Riederer at John.P.Riederer@usace.army.mil or call 651-290-5614 for further details.
    GLCA VRP VEHICLE OUTFITTING
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified vendors to provide outfitting services for a new F150 Raptor vehicle intended for the Glen Canyon National Recreation Area (GLCA). The procurement involves the installation of various vehicular equipment components, with a firm delivery deadline set for May 20, 2025. This initiative is crucial for enhancing operational capabilities within the GLCA, and it is designated as a 100% Small Business Set Aside, encouraging participation from small businesses. Interested parties must submit their quotations via email by the specified deadline, and for further inquiries, they can contact Donald Tremble at donaldtremble@nps.gov or call 720-450-1198. The project budget is under $25,000, and compliance with federal contracting regulations, including registration with the System for Award Management (SAM), is required.
    MCFO FUELS BOBCAT TRAILER
    Buyer not available
    The Department of the Interior, Bureau of Land Management (BLM), Montana State Office is soliciting bids for the procurement of a Bobcat Trailer as part of the Miles City Fuels Program, under Request for Quote (RFQ) 140L3625Q0019. The trailer must meet specific requirements, including a Gross Vehicle Weight Rating (GVWR) between 18,000 to 24,000 pounds, dimensions of 18 to 24 feet in length, and various safety features such as electric drum brakes and a hydraulic dampening cylinder. This acquisition is crucial for government operations, ensuring the efficient transport of equipment while adhering to federal procurement regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes electronically to Contracting Officer Christopher Brailer by March 21, 2025, at 1400 MDT, and comply with all solicitation requirements to be eligible for award consideration.
    Heavy Equipment Trailer, Yakama Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of heavy-duty trailers for the Yakama Agency. The requirement includes two specific models: a 20ft Heavy Duty Tandem Dual Wheel Gooseneck trailer and a 22ft Heavy Duty Over-the-Axle Tilt Bed Equipment Trailer, both designed to meet stringent safety and functionality standards for government use. This procurement is part of an initiative to support Indian Small Business Economic Enterprises (ISBEEs), with a Firm-Fixed-Price purchase order expected to be awarded, requiring delivery within 90 days post-award. Interested suppliers can reach out to Brock Bell at brock.bell@bia.gov for further details and must adhere to the submission guidelines outlined in the RFP.
    BOATS, MOTOR, AND TRAILERS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotes for the procurement of boats, motors, and trailers as part of a Request for Quote (RFQ) initiative. The procurement includes specifications for two boat hauls, outboard motors, and corresponding trailers, with options for additional equipment contingent on available funding. This acquisition is crucial for enhancing the operational capabilities of the USGS, particularly in marine environments, while promoting opportunities for small businesses through a Total Small Business Set-Aside. Quotes are due by March 17, 2025, and interested vendors should contact Janice Moye at jmoye@usgs.gov for further details.
    MAINTAIN WASH RACK EQUIPMENT AT FORT CRONKHITE
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the maintenance of wash rack equipment at Fort Cronkhite, located within the Golden Gate National Recreation Area in Marin County, California. The project involves the removal, replacement, and reinstallation of industrial water treatment equipment, including biosorb and filtration systems, as well as the replacement of damaged flooring with marine-grade materials and the application of protective coatings. This maintenance work is crucial for ensuring the operational integrity and safety of the facility, adhering to federal safety and environmental standards. Interested small businesses must submit their quotations by 1:00 PM PDT on March 26, 2025, following a mandatory site visit on March 12, 2025. The estimated contract value ranges from $25,000 to $100,000, and inquiries can be directed to Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435.
    49--LAKE25-0034-RODDER PUMP REPLACEMENT
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors to provide repair services for the jet rodder pump on its Vactor 2100 Combination Sewer Cleaner truck, which is critical for maintaining park facilities at the Lake Mead National Recreation Area. The project involves replacing the leaking pump, conducting necessary repairs, and ensuring optimal operation within a strict timeline of 30 days from contract award, with a critical 14-day repair window. This procurement is essential for maintaining the infrastructure that supports park operations, reflecting the government's commitment to effective maintenance of public resources. Interested vendors must submit their proposals by the end of business on March 7, 2025, and can direct inquiries to Michelle Harrison at MichelleAHarrison@nps.gov or by phone at 760-367-5517.
    Installation of Emergency Equipment in GSA NPS Veh
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is seeking a qualified vendor to install emergency equipment in two newly acquired Ford Expeditions for the Southeast Arizona Group. The project involves the installation of mobile radios, radar systems, light bars, sirens, and other law enforcement equipment, enhancing the vehicles' emergency response capabilities. This procurement is crucial for ensuring the safety and readiness of law enforcement operations within national parks, reflecting the government's commitment to modernizing its emergency response resources. Interested vendors must submit their quotes by email by the specified deadline, and inquiries can be directed to Donald Tremble at donaldtremble@nps.gov or by phone at 720-450-1198. The period of performance for the project is set from March 14, 2025, to July 1, 2025, and this opportunity is designated as a Total Small Business Set-Aside under NAICS code 336320.
    CARE 2024 FORD RAPTOR (F-150) LE UPFIT
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking quotes for the upfitting of a 2024 Ford Raptor (F-150) law enforcement vehicle at Capitol Reef National Park in Utah. The project involves the installation of essential equipment such as emergency lighting, sirens, and radio systems, with a focus on adhering to high installation standards and maintaining vehicle integrity. This initiative is part of a broader effort to enhance law enforcement capabilities within the park, ensuring compliance with federal procurement processes while promoting small business participation. Interested vendors must submit their quotes by March 14, 2025, and can contact Luke Bowman at lukebowman@nps.gov or 928-638-7363 for further information.