2026-2031 TRACTOR RENTAL BPA SHOSHONE ID
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Interior, Bureau of Land Management (BLM), Idaho State Office is seeking proposals for Tractor Rental Services to support fuels/fire rehabilitation projects in the Twin Falls District, Idaho. This is a Combined Synopsis/Solicitation for a Blanket Purchase Agreement (BPA) for 125 HP and 150 HP tractors. Quotes are due by March 10, 2026, at 5:00 PM Eastern Time.
Scope of Work
The requirement is for monthly rentals of 125 HP and 150 HP tractors, specifically for pulling rangeland seeders, mowing decks, and rangeland discs over rocky/uneven terrain. Tractors must be brand name or equal to John Deere, equipped with front wheel power assist, a drawbar with strap/pin fastener, implement hydraulic connections, power take-off (PTO), dual tires, and a three-point hitch. Fluid-filled tires are prohibited. A 50-mile pickup radius from Shoshone, ID, applies. The period of performance for the anticipated BPA is from June 28, 2026, to June 27, 2031.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation
- Contract Vehicle: Blanket Purchase Agreement (BPA)
- Anticipated Duration: Five years (June 28, 2026 - June 27, 2031)
- Set-Aside: Unrestricted
- NAICS Code: 532490 (Size Standard: $40M)
- Individual Purchase Limit: Not to exceed $300,000.00 per order.
- Place of Performance: Twin Falls District BLM, Idaho.
Submission & Evaluation
- Quotes Due: March 10, 2026, 5:00 PM ET.
- Submission Method: Via email to the Contracting Officer.
- Required Documents: Price quote on the Bid Schedule (Excel), description of technical capability, and other items as described in FAR 52.212-2.
- Evaluation Criteria: Award will be made to the offeror whose proposal conforms to the solicitation and provides the best value to the Government, using comparative evaluations. Quotes will be considered "all or none." The government does not anticipate making more than one award.
- Eligibility: Offerors must be registered and active in the System for Award Management (SAM).
Additional Notes
This solicitation incorporates provisions and clauses in effect through Federal Acquisition Regulations (FAR) 2025-06, including FAR 52.212-1, 52.212-3, and 52.212-4. Bidders must review the provided Wage Determination document to accurately calculate labor costs and ensure compliance with the Service Contract Act for employees performing work on the contract. Questions should be submitted to Charles Dodson (cdodson@blm.gov) in time to receive answers before the deadline.