Amphibious Track Vehicle, Minnesota Valley NWR
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) is issuing a Request for Quotation (RFQ) for an Amphibious Track Vehicle for the Minnesota Valley National Wildlife Refuge (NWR). This opportunity is a Total Small Business Set-Aside. Quotes are due by April 23, 2026, at 2:00pm EDT.
Scope of Work
The requirement is for the procurement of one Amphibious Track Vehicle and a custom trailer. The vehicle must meet extensive technical specifications, including:
- Body: 15' 10" L x 8' 6" W x 8' 4" H (max), 1/8" Aluminum, 7000 lb max weight, 1500 lb floating load capacity, overhead rack, windshield, walking deck, 32" ground clearance, 25-gallon fuel tank, rear hydraulic three-point hitch, catwalk, rearview camera, and cab blowers.
- Drive System: Kohler 2504 TCR 74 HP 4-cylinder water-cooled turbo diesel (Tier 4 Final), twin hydrostatic transmission.
- Track System: Max 28" wide polymer cleats, low stretch rubber belts, urethane drive lugs, UHMW drive sprockets, urethane bogie wheels.
- Additional Features: 10,000 lb hydraulic winch, fire suppression system (two 55-gallon tanks), auxiliary hydraulic circuits, and a hydraulic driven rotary cutter. The accompanying trailer must be a max 8' W x 18' L tilt deck with a minimum GVWR of 13,000 lbs, galvanized steel frame, and specific tire/brake requirements. Delivery is required on or before July 1, 2026, to the Minnesota Valley NWR in Carver, MN.
Contract Details
- Contract Type: Firm Fixed-Price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 333120, Construction Machinery Manufacturing, with a small business size standard of 1,250 employees.
- Acquisition Method: Request for Quotation (RFQ) conducted under FAR Parts 12 and 13.
- Period of Performance: Contract award through July 1, 2026.
Submission & Evaluation
Award will be made using a best value tradeoff method, considering technical, past experience, and price. The Government reserves the right to award to other than the lowest-priced offer if non-cost factors outweigh the price difference. Required submittal documents include:
- SF1449, Solicitation-provisions_and_clauses, and ADDENDUM TO 52.212-1.
- Part I - Price Proposal (using Attachment 3).
- Part II - Technical and/or Past Performance Information, including Technical/Management Approach (max 10 pages), Past Performance (using Attachment 4), and Key Personnel (max 10 pages). Offerors are urged to inspect the site prior to submitting a quote; contact Daniel Paulson at Daniel_paulson@fws.gov or 952-361-4508 for site visits. All contractors must have an active registration in SAM.gov and register with the U.S. Department of the Treasury's Invoice Processing Platform (IPP) for payments.
Key Dates
- Questions Due: April 21, 2026, at 2:00pm EDT.
- Quotes Due: April 23, 2026, at 2:00pm EDT.
Contact
Fred Riley, Contract Specialist, fred_riley@ios.doi.gov.