Yellowstone National Park is seeking proposals for a commercial contract to acquire a new over-the-snow Alpine Snow Groomer. This tracked vehicle must have a towing capacity of at least 10,000 lbs and maintain a minimum ground speed of 12 mph in all snow conditions while towing at rated capacity. Key specifications include a 3-year warranty, a two-door cab with heated safety glass, a ROPS system, and an adjustable air-ride operator seat. The groomer needs two hydrostatic drives with electronic microprocessor steering, a 90-gallon diesel fuel capacity, and a comprehensive LED lighting package for safety. It must feature steel tracks (minimum 58 inches wide), four hydraulic circuits with quick couplers at the rear, and a hydraulically controlled 12-way front blade. The successful offeror will provide two sets of English manuals, perform the first summer service at Mammoth shop while training up to five personnel, and include a 2017 Prinoth Bison X snow groomer as a trade-in. The price must cover all charges, including destination fees.
This government Request for Quotation (RFQ) 140P1425Q0115, issued by the National Park Service, Northern Rockies MABO, seeks the purchase and delivery of a new over-the-snow Alpine Snow Groomer for Yellowstone National Park. The acquisition is designated as a Total Small Business Set-Aside under NAICS code 333120, with a small business size standard of 1250 employees. Key specifications for the snow groomer include a towing capacity of no less than 10,000 lbs and a minimum ground speed of 12 mph in all snow conditions while towing at rated capacity. The vehicle must feature a cab with specific amenities like two key-locking doors, sliding tinted glass windows, a heated laminated safety glass windshield, heated rear mirrors, interior lighting, a heater/defrost system, sound/weather insulation, adjustable air-ride seats with seatbelts, and a certified ROPS system. A three-year warranty against defects and performance to specifications is required. Offers are due by October 23, 2025, at 2:00 p.m. MST, and must be submitted via email to Ryan_Haselhuhn@nps.gov. The award process will be based on the Lowest Price Technically Acceptable (LPTA) method. Offerors must be registered and active in the System for Award Management (SAM) with the correct NAICS code. Delivery, including setup, is required at 22 Stable Street, Mammoth, WY 82190, by June 1, 2026. The solicitation also includes provisions for a trade-in of a 2017 groomer and adheres to various FAR clauses, notably those prohibiting certain telecommunications equipment and requiring electronic invoicing through IPP.