CANY-REPLACE LOADER
ID: 140P1225Q0066Type: 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)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking quotes for the procurement of a wheel loader for use at Canyonlands National Park in Utah. The contract is a total small business set-aside under NAICS code 333120, with specific requirements including a minimum engine net power of 120 hp, compliance with US EPA Tier 4 Final emissions standards, and various performance criteria such as tipping load capacity and operator comfort features. This equipment is crucial for maintaining park operations and ensuring efficient handling of materials within the park's rugged terrain. Interested vendors must submit their quotes by August 8, 2025, and ensure compliance with federal acquisition regulations, with the contract performance period running from August 15, 2025, to June 26, 2026. For further inquiries, vendors can contact Luke Bowman at luke_bowman@nps.gov or by phone at 928-638-7363.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications and requirements for a request for proposals (RFP) regarding wheel loaders intended for use at Canyonlands National Park, Moab, Utah. Key features of the wheel loader include a minimum engine net power of 120 hp, compact dimensions for maneuverability, compliance with US EPA Tier 4 Final emissions standards, and an extensive list of performance criteria such as tipping load capacity, breakout force, and cycle times. Specific components like the powertrain, hydraulic system, brakes, and operator station are specified with detailed technical requirements, ensuring reliability, durability, and operator comfort. The document emphasizes the importance of serviceability and accessibility for maintenance tasks, outlining expectations for dealer support and parts availability. A critical feature includes the requirement for remote service capabilities to address potential emergencies swiftly. The overall goal is to ensure that the procurement aligns with operational needs while meeting environmental regulations and maintenance efficiency standards at the park.
    The document is a Request for Quotation (RFQ) from the National Park Service for a wheel loader at Canyonlands National Park, Utah. It outlines that interested vendors must submit quotes by August 8, 2025, specifying their equipment meets the required specifications, which can include John Deere or Caterpillar models. The procurement is a 100% small business set-aside under NAICS code 333120, with a performance timeline from August 15, 2025, to June 26, 2026. Quotes must include specific documentation, including pricing and completed provisions. Registrations in the System for Award Management (SAM) and ownership compliance with small business standards are mandatory for all bidders. The contract will be awarded based on the lowest price that meets the technical requirements, ensuring fairness and competitiveness in the acquisition process. The solicitation also emphasizes compliance with federal acquisition regulations and orders, reiterating the government's commitment to ethical procurement practices.
    Lifecycle
    Title
    Type
    CANY-REPLACE LOADER
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    Y--GLCA 318876 Low Water Access Ramp at Antelope Poin
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the GLCA 318876 Low Water Access Ramp project at Antelope Point, Arizona. This federal contract aims to reconstruct and extend the Antelope Point Launch Ramp and improve associated parking facilities in response to historically low water levels at Lake Powell. The project is significant for enhancing access to recreational areas and ensuring safety for users, with a total estimated contract value exceeding $10 million and a performance period of 1,095 calendar days. Interested offerors must submit their proposals by December 8, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
    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.
    Polaris Snowmobile Sierra NF
    Buyer not available
    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.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Buyer not available
    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.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    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.
    19--NPS ISRO Ranger IV Vessel
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the manufacture and delivery of the Ranger IV vessel, intended for operations at Isle Royale National Park in Michigan. This procurement involves the construction of a new multi-mission passenger and cargo vessel to replace the existing M/V Ranger III, with specific requirements for a hybrid diesel-electric propulsion system, compliance with US Coast Guard and American Bureau of Shipping certifications, and a delivery deadline of December 14, 2026. The Ranger IV will play a crucial role in transporting passengers, cargo, and fuel, while also supporting emergency evacuations on Lake Superior. Interested contractors must submit their proposals, including a Firm-Fixed-Price offer and a detailed Statement of Work, by the extended deadline of January 2, 2026, and can direct inquiries to the Contracting Operations Strategic Team at ConOpsStrategicTeam@nps.gov.
    Diesel Forklift
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a diesel-powered forklift to be delivered to the Tooele Army Depot in Utah. The forklift must meet specific technical specifications, including a minimum rated capacity of 4,000 lbs, compliance with OSHA and ANSI safety standards, and EPA Tier 4 emission requirements, among other detailed requirements. This equipment is essential for warehouse operations, ensuring efficient material handling and compliance with safety regulations. Interested vendors should submit their proposals addressing all specifications within 130 days from the award date, and can contact Traci Sablan at traci.l.sablan.civ@army.mil or by phone at 435-833-2713 for further information.
    23--CHARLES M RUSSELL NWR - Bumper Pull Dump Trailer
    Buyer not available
    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 danaarnold@fws.gov, with the contract period of performance set from December 18, 2025, to June 5, 2026.