38--Compact Track Loader w/ attachmts, Tyndall AFB, FL
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 U.S. Fish and Wildlife Service (FWS) has issued a Notice of Intent (NOI) to award a sole-source, firm-fixed priced contract to Caterpillar Inc. for a Compact Track Loader (CAT 275XE) with Forestry attachments for the Wildland Fire Branch at Tyndall AFB, FL. This action aims to standardize equipment, improve operational efficiency, and reduce downtime. Capability statements from other responsible sources are due by May 18, 2026, 2:00 PM EDT.
Scope of Work
The requirement is for a CAT 275XE Compact Track Loader with specific forestry attachments, including a MH418 Mulcher Head, BRX418 Brush Hog, 80-inch Skeleton Grapple Bucket, 79-inch 6-way blade, and an 86-inch Multipurpose bucket. The equipment must meet detailed specifications for engine power (min 122hp Gross), operating capacities, dimensions, and hydraulic systems. Factory and dealer-installed options such as an External Rear Counterweight Kit, intermediate land management guarding, reversing fan kit, amber warning beacon, and fire suppression system are also required. The standardization of this equipment with three existing units at Tyndall AFB is crucial for improved training, servicing, and safer operations across all modules.
Contract & Timeline
- Type: Sole Source, Firm-Fixed Price contract (under FAR 13.501(a)b) Simplified Acquisition procedures).
- NAICS: 333120, Construction Machinery Manufacturing.
- Set-Aside: None (sole source).
- Capability Statement Due: May 18, 2026, 2:00 PM EDT.
- Published: May 4, 2026.
- Delivery: To Tyndall Air Force Base, FL 32403, with a four-hour machine orientation.
Submission & Evaluation
This is not a request for competitive quotes. FWS intends to award to Caterpillar Inc. due to preferred hydraulic cooler, operator controls, and existing standardization. However, responsible sources may submit a capability statement demonstrating clear and convincing evidence that competition would be advantageous to the Government and not cost or time prohibitive. Responses will be considered solely to determine if a competitive procurement is warranted. The agency's decision not to compete based on responses is at its discretion.
Key Contractual Information
The contract will incorporate clauses such as 52.212-4 (Commercial Products and Services) and 52.212-5 (Statutes or Executive Orders). Offerors would typically be required to complete representations and certifications (e.g., 52.212-3) and adhere to electronic invoicing via IPP (DOI-AAAP-0028). The evaluation criteria, if a competitive solicitation were to occur, would likely follow a Lowest Priced Technically Acceptable (LPTA) approach, as indicated in 52.212-2.
Contact Information
Questions or comments regarding this NOI must be directed via email to Fred Riley at fred_riley@ios.doi.gov. Telephone inquiries will not be accepted. The email subject line must be: "Notice of Intent Capability Statement Submission - DOIFFBO260078".