23--CHARLES M RUSSELL NWR - Bumper Pull Dump Trailer
ID: 140FS226Q0001Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Truck Trailer Manufacturing (336212)

PSC

TRAILERS (2330)

Set Aside

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

    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for a Bumper Pull Dump Trailer for the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana. The procurement requires a trailer that meets specific technical specifications, including dimensions, axle capacity, and various components such as electric brakes and LED lights, with delivery to be made to the refuge facility. This equipment is essential for the refuge's operational needs, supporting wildlife management and habitat maintenance efforts. Proposals are due by December 11, 2025, at 10 AM Eastern Time, and must be submitted via email to Dana Arnold at dana_arnold@fws.gov, with the contract period of performance set from December 18, 2025, to June 5, 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation outlines the specifications for a Bumper Pull Trailer required by the Charles M. Russell NWR - Fort Peck. Key product features include a 16' length, 83" width, dual 7,000# axles with electric brakes, an 8" I-Beam frame, 7-gauge smooth steel floor, 6' slide-in ramps, and various other components like LED lights, deep cycle battery, and a rear combo gate. The document details delivery requirements, specifying FOB Destination to the Charles M. Russell NWR - Fort Peck facility at 270 MT HWY 117, Fort Peck, MT 59223. The contractor is responsible for packing, shipping, and all associated costs, ensuring delivery in good condition. The technical point of contact for delivery arrangements is Aaron Johnson, Refuge Manager, who must be contacted at least three days prior to delivery. Unloading is the sole responsibility of the delivery carrier, with no government assistance provided.
    The document outlines the specifications for a bumper pull trailer for the Charles M. Russell NWR - Fort Peck station. It details various product features, including axles, brakes, suspension, frame, floor, ramps, and electrical components, along with specific dimensions and materials. The delivery terms specify FOB Destination, meaning the contractor is responsible for all costs and risks until the trailer is delivered to the consignee's facility. The delivery location is Charles M. Russell NWR - Ft Peck, MT, and the technical point of contact is Aaron Johnson. Delivery instructions require the contractor to contact the POC three days prior to delivery to arrange a specific time, and the delivery carrier is solely responsible for unloading, with no government assistance provided.
    Amendment 0001 to Solicitation 140FS226Q0001 revises the Request for Quotation (RFQ) for a Bumper Pull Dump Trailer for the Charles M Russell National Wildlife Refuge. The key changes include updated specifications for the trailer and revised dates for the solicitation. The Period of Performance Start Date has been changed from December 8, 2025, to December 18, 2025, and the End Date from May 29, 2026, to June 5, 2026. The bid due date is now December 11, 2025, at 10 AM Eastern Time. All other terms and conditions of the original solicitation remain unchanged. Quotes must be emailed to Dana Arnold at dana_arnold@fws.gov.
    This government Request for Quotation (RFQ) 140FS226Q0001, issued by FWS, SAT Team 2, seeks a Bumper Pull Dump Trailer for the Charles M. Russell National Wildlife Refuge in Fort Peck, MT. Proposals are due by December 1, 2025, at 10 AM EST, and must be emailed to dana_arnold@fws.gov. The contract will be a firm-fixed-price order, awarded based on the best value, considering technical specifications, lead time, and price, with non-price factors being approximately equal to price. The RFQ includes detailed instructions for offerors, requiring a completed SF 1449, company information, signed amendments, and adherence to specific provisions, including those related to telecommunications equipment and supply chain security. The document emphasizes compliance with federal regulations and certifications, particularly regarding small business designations and prohibited telecommunications equipment. The period of performance is from December 8, 2025, to May 29, 2026, with delivery expected by May 29, 2026.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MI-MARQUETTE BS-TRUCK REPAIR
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking proposals for vehicle repair services for a government-owned 2024 Chevy 2500 Ext. Cab 4x4 involved in an accident at the Marquette Biological Station. The contractor will be responsible for restoring the vehicle, which includes repairs to various components such as the cab, side impact sensors, rear door, and conducting complete vehicle diagnostic testing. This procurement is crucial for maintaining the operational readiness of government vehicles used in wildlife service activities. Interested contractors must submit their quotations by December 8, 2025, at 10 AM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289. The contract period will extend from the award date through June 30, 2026.
    37--OR-FWS SHELDON-HART-GRADER PUSH BLADE
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations from small businesses for a firm-fixed-price contract to procure a front-mounted push blade for a John Deere 672G Motor Grader. The key specifications for the push blade include a width of 8-10 feet, a 4-pin mount, and hydraulic movement, with delivery required at the Sheldon-Hart Mountain National Wildlife Refuge Complex in Lakeview, Oregon, where no loading dock is available. This procurement is essential for maintaining the operational efficiency of the refuge's equipment. Quotes are due by December 5, 2025, at 1:00 PM Eastern Time, and interested offerors must be registered with SAM.gov. For further inquiries, contact Marshall Richard at marshallrichard@fws.gov.
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of one outboard motor, specifically a Mercury Marine 150XL FourStroke or an approved equivalent, as part of a Total Small Business set-aside initiative. The motor, which is critical for operations at the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana, must meet specific technical specifications, including a 150 horsepower output and Smartcraft compatibility, among others. Interested vendors are required to submit their quotes by December 19, 2025, with delivery expected by February 2, 2026, and must ensure compliance with all outlined specifications to demonstrate equivalency. For further inquiries, vendors can contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    34-Ton Break-Bulk Trailers
    Buyer not available
    The General Services Administration (GSA) is soliciting quotes for thirty-seven 34-ton break-bulk trailers on behalf of the Department of Navy, under the RFQ 47QMCA26Q0002. The trailers must meet specific military and engineering standards, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and various performance requirements for operation in diverse terrains and extreme temperatures. Interested vendors must submit their quotes electronically by December 17, 2025, at 1:00 PM EST, including a completed SF18, technical specifications, and pricing, to John E. Hodges at john.hodges@gsa.gov. Key evaluation factors will include past performance, adherence to the purchase description, warranty, maintenance availability, and delivery terms.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    MN-MN VLY NWR-VEHICLE LIFT PURCHASE AND INSTALLATI
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the purchase and installation of a 20,000-lb capacity Rotary SPO20-TA/SPO20N0T0-BL 2-post above-ground automotive lift at the Minnesota Valley National Wildlife Refuge in Bloomington, MN. The project requires adherence to OSHA standards, local building codes, and the installation of a lift that is fully ALI/ETL-certified, along with the decommissioning of an existing lift. This procurement is critical for maintaining operational efficiency at the refuge's Rapids Lake Shop, ensuring safe and effective vehicle maintenance. Interested small businesses must submit their quotes by December 17, 2025, at 5:00 PM EST, with the contract period running from January 12, 2026, to March 11, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    400-Gallon Water Tanker Trailers
    Buyer not available
    The General Services Administration (GSA) is soliciting quotes for the procurement of twenty (20) 400-gallon water tanker trailers on behalf of the Department of Navy. These trailers must meet stringent Military and Society of American Engineer standards, featuring a 304L stainless steel tank, robust suspension, and capabilities for air transport, ensuring they are suitable for both tactical and commercial use. Interested vendors must submit their quotes electronically by December 12, 2025, and direct any questions by December 9, 2025, to the primary contact, John E. (Ed) Hodges, at john.hodges@gsa.gov. This opportunity is set aside for small businesses, and all submissions must comply with the requirements outlined in the attached documents.
    081107 WCF Replacement Utility Vehicle EN:1500
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for a 4x4 Utility Vehicle (UTV) to replace its current vehicle at the Pisgah Ranger District in North Carolina. The UTV must meet stringent specifications, including a minimum 999 cc gasoline engine, automatic transmission, seating for at least four passengers with a certified Roll Over Protection Structure (ROPS), and various performance capabilities such as a towing capacity of 1500 lbs. and a payload capacity of 1100 lbs. This procurement is critical for supporting the Forest Service's operational needs in managing the national forest, and it is set aside for small businesses under NAICS code 336999. Proposals are due by December 8, 2025, at 5:00 pm ET, and interested vendors should contact Brad Carlson at brad.a.carlson@usda.gov for further details.
    Portable Restroom Services at Sabine NWR
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for portable restroom services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The procurement requires the provision of two standard portable restrooms, two ADA-compliant restrooms, and two handwashing stations, all of which must be serviced and cleaned twice weekly due to damage from a hurricane. This service is crucial for maintaining public access and sanitation at the Wetland Walkway Restroom Facility, with an initial contract period from December 22, 2025, to December 22, 2026, and an option for a one-year extension. Interested vendors must submit their proposals by December 17, 2025, at 1700 EST, and can contact Jeremy Tyler at jeremytyler@fws.gov or 413-253-8662 for further information.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.