Bat Wing Mower with Turn-In
ID: W912EK25QA004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing (333112)

PSC

HARVESTING EQUIPMENT (3720)
Timeline
  1. 1
    Posted Apr 15, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the procurement of a Bat Wing Mower with Turn-In, which involves trading in an existing flex wing rotary cutter mower and delivering a new PTO powered flex wing mower. The new equipment must meet specific requirements, including a cutting width of 240 inches and flexibility in design, emphasizing the importance of reliable and efficient lawn maintenance equipment for military operations. Interested contractors are encouraged to contact Eric J. Gaul for proposal inquiries, with a proposed delivery date set for June 6, 2025, and immediate pickup of the traded equipment required. Compliance with the System for Award Management (SAM) registration is mandatory, and the solicitation document includes various FAR and DFARS clauses to ensure adherence to federal regulations.

Files
Title
Posted
Apr 15, 2025, 6:06 PM UTC
The document outlines a Request for Quotation (RFQ) issued by the U.S. Army Corps of Engineers for procuring a Batwing Rotary Cutter. Interested contractors are instructed to contact Eric Gaul for proposal inquiries and must provide detailed information as specified in the solicitation. Key requirements include the trade-in of an existing mower and delivery of a new rotary cutter that meets specific specifications, such as a cutting width of 240 inches and flexibility in design. The contract emphasizes compliance with the System for Award Management (SAM) registration and outlines the need for a qualified dealership within proximity for servicing. The proposed delivery date for the new equipment is set for June 6, 2025, along with the stipulation for immediate pickup of the traded equipment. Various FAR and DFARS clauses are integrated throughout the procurement terms, reflecting compliance with federal regulations and prioritizing the involvement of small businesses. This RFQ exemplifies federal procurement practices and underscores the importance of adherence to regulatory standards, ensuring transparency and accountability in government contracting processes.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Tractor, Rubber Tired, Articulated Steering Multipurpose (TRAM)
Buyer not available
The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), is seeking proposals for the procurement of up to 535 Tractor, Rubber Tired, Articulated Steering Multipurpose (TRAM) units. These medium scoop loaders, equipped with a 4-in-1 multipurpose bucket and fork attachment, are essential for the Marine Corps to operate effectively over uneven and unprepared surfaces. The resultant contract will be a firm fixed-priced Indefinite Delivery/Indefinite Quantity (IDIQ) type contract with a performance period of ten years, including five 12-month ordering periods and five 12-month option periods. Interested parties must register in the System for Award Management (SAM) and submit proposals by June 2, 2025, with questions due by May 2, 2025. For further inquiries, contact Stefanie Conway at stefanie.conway@usmc.mil or call 703-489-3270.
Tractor with attachments
Buyer not available
The Department of Defense, specifically the Directorate of Public Works in Baumholder, Germany, is seeking to procure a tractor with various attachments to support the Roads and Grounds maintenance department. The procurement includes a tractor that meets stringent technical specifications, such as a minimum power of 275 horsepower, compliance with EU directives, and a range of attachments including front loaders and mulchers, all aimed at enhancing operational efficiency for municipal activities. Interested vendors must ensure that the equipment is delivered with a full tank of fuel, operating instructions in both English and German, and a two-year warranty, while also providing local maintenance service options. For further inquiries, interested parties can contact Sonya Miller at sonya.k.miller.civ@army.mil or Anna-Karina Dragolich at anna-karina.dragolich.civ@army.mil.
Grounds Maintenance Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal Grounds Maintenance Services at installation IL051, as outlined in the attached Performance Work Statement (PWS). The contract will encompass all necessary landscaping services in compliance with federal, state, and local laws and regulations, with a performance period from June 1, 2025, to May 31, 2026, including four optional twelve-month extensions and a six-month option to extend services. These services are crucial for maintaining the operational readiness and aesthetic standards of military facilities. Interested parties should contact Michael Maggio at michael.a.maggio3.civ@army.mil or call 520-706-1999 for further details regarding the solicitation process.
DM-T20 Open Channel Comminutor - Wastewater Application
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking quotations for the procurement of one Model DM-T20 Dimminutor Open Channel Comminutor, designed for wastewater applications. The required equipment includes a heavy-duty ductile iron body housing, a cantilevered drive design, mechanical seals above cutters, hardened stainless steel cutters, and a stainless steel sizing screen, all intended to replace an existing unit with a maximum flow capacity of 6.4 million gallons per day. This procurement is crucial for maintaining effective wastewater management systems, and interested vendors should refer to the vendor quote provided by Franklin Miller Inc. for detailed specifications and pricing. For inquiries, contact Daniel Goldberg at daniel.j.goldberg6.civ@army.mil or Joy Davis at joy.l.davis18.civ@army.mil, with the procurement set aside for small businesses under FAR 19.5.
SOLICITATION: Rock Island Arsenal Clock Tower Grounds Maintenance Service (Mowing and Trimming)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for grounds maintenance services at the Clock Tower Complex located on Rock Island Arsenal in Illinois. The procurement involves mowing approximately 2.64 acres, edging 4,300 linear feet, and debris removal to maintain a professional appearance, with a focus on compliance with safety and insurance requirements. This opportunity is a Total Small Business Set-Aside, employing a Lowest Price Technically Acceptable (LPTA) evaluation approach, and is crucial for ensuring the upkeep of military infrastructure. Interested contractors must submit their proposals, including evidence of relevant experience and past performance, by the specified deadlines, with inquiries directed to the primary contact, Jake Anderson, at jake.t.anderson@usace.army.mil or by phone at 309-794-6131.
Compact Dozer Loader
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking to procure a Compact Dozer Loader, which includes a mandatory trade-in of a 2007 New Holland D95 Bulldozer. This procurement is categorized as a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in the construction machinery manufacturing sector. The Compact Dozer Loader will be utilized at Fort McCoy, WI, highlighting its role in supporting military operations and infrastructure maintenance. Interested vendors should contact Natalie Westberry at natalie.n.westberry.civ@army.mil or call 502-898-5784 for further details regarding the solicitation process.
DWA Outboard Motors
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is soliciting proposals for the procurement of DWA Outboard Motors under a total small business set-aside. Contractors are required to comply with the updated Performance Work Statement (PWS) and submit their proposals along with Amendment 1 by the extended deadline of April 22, 2025. These outboard motors are crucial for various military operations, emphasizing the importance of reliable and efficient equipment in supporting defense activities. Interested bidders can reach out to Tonya French at tonya.c.french@usace.army.mil or call 509-527-7232 for further details regarding the solicitation process and requirements.
Up Cut Saws
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking quotations for the procurement of Up Cut Saws, specifically for DLA Distribution in San Diego, CA. This requirement aims to establish a Firm Fixed Price (FFP) Purchase Order for a 230-volt, 3-phase electric cutting saw, which includes specifications for operational capabilities, safety features, and installation training for personnel. The saw is essential for efficient and safe cutting operations, with an emphasis on compliance with government procurement regulations. Interested small businesses must submit their quotes electronically by 5:00 PM EST on April 25, 2025, and ensure they are registered in the System for Award Management (SAM) database. For further inquiries, contact Deborah Johnson at Deborah.L.Johnson@dla.mil or Erik J Smith at erik.smith@dla.mil.
Grounds Services Multi-site WI088 (WI003, WI047, WI050)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal grounds maintenance services across multiple sites in Wisconsin (WI088, WI003, WI047, WI050). The procurement includes a base period of performance from May 1, 2025, to March 31, 2026, with four optional twelve-month extensions available, as well as a six-month option to extend services further. These landscaping services are crucial for maintaining the aesthetic and functional quality of military installations, ensuring a safe and pleasant environment for personnel. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Amy Lewellen at amy.e.lewellen.civ@army.mil or 520-706-0368, or Christopher Brown at christopher.m.brown67.civ@army.mil or 502-898-2527 for more information.
HEAVY DUTY VERTICAL SAWS
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Rock Island, is soliciting proposals for the procurement of heavy-duty vertical band saws under solicitation W519TC25Q2195. This opportunity is set aside for small businesses and requires compliance with the Rock Island Arsenal Purchase Description (RIPD), including adherence to safety standards and operational specifications. The saws will enhance manufacturing capabilities at the Joint Manufacturing and Technology Center, emphasizing the importance of quality and compliance in federal procurement. Interested contractors must submit their offers via email by April 28, 2025, at 10:00 AM CT, and can direct inquiries to Lynn Baker at lynn.d.baker8.civ@army.mil.