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
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    400-Gallon Water Tanker Trailers
    General Services Administration
    The General Services Administration (GSA) is seeking quotations for twenty (20) 400-gallon water tanker trailers as part of a small business set-aside procurement. These trailers are intended to replace aging equipment for the Department of Navy and must meet stringent Military and Society of American Engineer standards for both tactical and commercial use. The procurement emphasizes the importance of robust design features, including a 304L stainless steel tank and all-terrain capabilities, ensuring compatibility with various military and civilian tractors. Quotations are due by December 31, 2025, at 1:00 PM EST, and must be submitted electronically to John E. Hodges at john.hodges@gsa.gov. Interested vendors should also note that questions regarding the RFQ must be submitted by December 17, 2025.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    RV Campers - DLA MWR San Joaquin
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting quotes for the procurement of two new campers for the Family & Morale, Welfare, and Recreation (FMWR) program at the DLA Installation Management San Joaquin in Tracy, California. The specific requirements include models such as the 2025 Jayco Jay Feather Micro or equivalent and the 2026 Jayco Jay Flight Six or equivalent, with detailed specifications outlined in the solicitation. These campers are intended to support recreational activities for military personnel and their families, emphasizing the importance of morale and welfare services. Interested vendors must submit their quotes by 3:00 PM (EST) on January 6, 2026, and direct any questions regarding the solicitation to Elizabeth Sheffield at elizabeth.sheffield@dla.mil by December 30, 2025.
    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.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    49--NV-AMARGOSA PFISH RCH STA-WTR TRUCK REPA
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking a contractor for the repair of a water truck at the Amargosa Pupfish Research Station in Amargosa Valley, Nevada. The project involves comprehensive repairs on a 2009 Freightliner water truck, addressing various mechanical issues such as fault codes, oil leaks, fuel system problems, and more, with a requirement for completion within 30 days of contract award. This procurement is critical for maintaining operational efficiency at the research station, ensuring reliable transportation for water resources. Interested small businesses must submit their quotes by September 18, 2025, at 5 PM ET, and are required to acknowledge receipt of the solicitation amendment by December 16, 2025, to be considered for the contract. For further inquiries, contact Kathryn Coltran at kathryncoltran@fws.gov.
    Belly Dump Trailers
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of Belly Dump Trailers through a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses under the SBA guidelines, and the trailers will be utilized for various military logistics and transportation needs. The place of performance for this contract is located at 4223 2nd St., Dugway Proving Ground, UT 84022. Interested vendors can reach out to Michelle Ruybal at michelle.g.ruybal.civ@army.mil or by phone at 801-386-4800 for further details regarding the submission process and requirements.