Purchase and Delivery of a new Alpine Snow Groomer
ID: 140P1425Q0115Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR INTERMOUNTAIN REGION(1200)Denver, CO, 80225, USA

NAICS

Construction Machinery Manufacturing (333120)

PSC

EARTH MOVING AND EXCAVATING EQUIPMENT (3805)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking proposals for the purchase and delivery of a new over-the-snow Alpine Snow Groomer for Yellowstone National Park. The groomer must meet specific requirements, including a towing capacity of at least 10,000 lbs, a minimum ground speed of 12 mph in all snow conditions, and various features such as a heated safety glass windshield, adjustable air-ride seats, and a certified ROPS system. This equipment is crucial for maintaining snow-covered areas within the park, ensuring safe and accessible conditions for visitors and operations. Interested vendors must submit their offers by October 23, 2025, at 2:00 p.m. MST, via email to Ryan Haselhuhn at ryan_haselhuhn@nps.gov, and must be registered in the System for Award Management (SAM) under NAICS code 333120. The delivery of the groomer is required by June 1, 2026, at the designated location in Mammoth, Wyoming.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Snow Removal Equipment Rental for Fort Wainwright, Alaska
    Buyer not available
    The Department of Defense is soliciting quotes for the rental of snow removal equipment, specifically two All-Wheel Drive Motor Graders and two Wheel Loaders, to be delivered to Fort Wainwright, Alaska. The procurement aims to support snow removal operations in the Ft. Wainwright Training Areas from January 12, 2026, to February 22, 2026, requiring contractors to provide all necessary personnel, equipment, supplies, and services, including maintenance and compliance with federal and military regulations. Interested small businesses must submit their quotes, including pricing and equipment specifications, by December 15, 2025, with questions due by December 8, 2025; all submissions must comply with SAM registration and various FAR and DFARS provisions. For further inquiries, potential offerors can contact SSG Eric Kim at eric.k.kim.mil@army.mil or MAJ Molly Libowski at molly.a.libowski.mil@army.mil.
    3-Passenger Crossover Utility Vehicle - Acoma-Cañoncito-Laguna (ACL) Indian Health Center - Pueblo of Acoma, NM
    Buyer not available
    The Department of Health and Human Services, through the Albuquerque Area Indian Health Service, is seeking quotations for the procurement of one 3-Passenger Crossover Utility Vehicle along with a compatible Snowplow Attachment for the Acoma-Cañoncito-Laguna Indian Health Center in New Mexico. The specific requirements include a John Deere Gator XUV 845M Open from the 2025 model year and a Western Impact Heavy-Duty Straight Blade snowplow, which must include a mounting kit and a cost estimate for shipping. This procurement is essential for maintaining operational efficiency in snow removal and utility transportation, reflecting the government's commitment to supporting Indian Small Business Economic Enterprises (ISBE) under the Buy Indian Act. Interested vendors must submit their quotes via email by March 25, 2025, and direct any questions to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov by March 18, 2025.
    S--NHTIC SNOW REMOVAL 2026
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for snow removal and salting services at the National Historic Trails Interpretive Center (NHTIC) located in Casper, Wyoming. The contract encompasses a base year of performance from January 1, 2026, to December 31, 2026, with four optional renewal periods extending through December 31, 2030, to ensure safe access and operations for both employees and the public across approximately 70,000 square feet of parking and access roads, as well as 28,000 square feet of sidewalks. Interested contractors are encouraged to attend a pre-bid site visit on December 9, 2025, at 10:00 AM Mountain Time, and must submit their proposals by December 18, 2025, with evaluations based on technical capability, price, and past performance. For further inquiries, contact Contract Specialist Huong (Tiffany) Le at hle@blm.gov or (307) 881-2101.
    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.
    3 SNOWPLOWS WITH FLEXIBLE BLADES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of three snowplows equipped with segmented flexible blades, under solicitation number FA660626Q0002. The requirement includes two 10-12ft plows designed for Volvo L50 and JCB 416 HT, and one 18ft plow for Volvo 110, all aimed at enhancing snow removal efficiency while minimizing surface damage. These snowplows are critical for maintaining operational readiness in harsh winter conditions, ensuring effective snow clearance and equipment protection. Interested vendors must submit their quotes by 12:00 PM EST on January 9, 2026, to the designated contacts, Rosalie M. Connelly and Kyle Kalagher, via email, and must include detailed warranty information and compliance certifications as outlined in the solicitation documents.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the reconstruction of Moose Wilson Road Phase 2 and Teton Park Road – Moose to Taggart Lake Trailhead in Teton County, Wyoming. The project involves extensive work including utilities, grading, asphalt and minor concrete pavement, roadway obliteration, and site improvements over a distance of 2.95 miles. This initiative is crucial for enhancing transportation infrastructure within Grand Teton National Park, ensuring improved access and safety for visitors. The estimated contract value ranges from $20 million to $30 million, with a tentative completion date set for Winter 2027. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be released in Fall/Winter 2025.
    3830--Kage Snow System in support of the Sioux Falls VAHCS
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified businesses to provide a Kage Snow System, specifically a Brand-Name or Equal snowplow and pusher combination, to support the Sioux Falls VA Healthcare System (VAHCS). The procurement requires the Kage Innovations KBSS12-XL model, which features a 12-foot blade, a 41-inch high snow pusher box, and the capability to switch between plow and pusher modes without leaving the operator's cab. This equipment is essential for efficient snow removal operations at the facility, ensuring accessibility and safety during winter months. Interested parties must respond by December 8, 2025, at 10:00 AM CST, providing necessary company information and documentation to the primary contact, Marie Weathers, at marie.weathers@va.gov.
    WY NPS YELL 10(26), Gardner River High Bridge
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NPS YELL 10(26) project, which involves the rehabilitation of the Gardner River High Bridge located 1.5 miles east of Mammoth, Wyoming. The project encompasses a range of construction activities, including lead-based paint removal, bridge painting, approach span replacement, deep patch repairs, guardwall construction, and joint replacement, all spanning a total length of 0.32 miles. This initiative is crucial for maintaining infrastructure within Yellowstone National Park and ensuring safe access for visitors, with an estimated contract value between $20 million and $30 million. Interested vendors should note that the solicitation is anticipated to be released in Winter 2025/2026, and they can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction Package 1" project at Glacier National Park, Montana. This project aims to replace and upgrade water and septic utility systems, specifically focusing on improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System. The initiative is critical for maintaining the park's infrastructure and ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by January 6, 2026, at 2:00 p.m. Mountain Time, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467. The estimated contract value exceeds $10 million, with a performance period spanning from August 4, 2025, to July 31, 2027.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.