AO 25565 BLM 612 WINNEMUCCA, NV

SOL #: 140L3726Q0043Solicitation

Overview

Buyer

Interior
Bureau Of Land Management
NATIONAL INTERAGENCY FIRE CENTER
BOISE, ID, 83705, United States

Place of Performance

Place of performance not available

NAICS

Truck Trailer Manufacturing (336212)

PSC

Trailers (2330)

Set Aside

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

Timeline

1
Posted
Apr 17, 2026
2
Submission Deadline
Apr 30, 2026, 9:00 PM

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 (DOI), specifically the Bureau of Land Management (BLM), through its National Interagency Fire Center, is soliciting proposals for the procurement of one (1) 35-ton heavy-duty fifth-wheel lowbed equipment trailer. This trailer is essential for supporting wildland fire suppression and prescribed fire activities, primarily for transporting non-reducible loads (dozers) up to 60,000 pounds. This opportunity is a Total Small Business Set-Aside. Responses are due by April 30, 2026, 5:00 PM ET.

Scope of Work

The requirement is for a 35-ton tandem axle, lowbed style, mechanical detachable gooseneck equipment trailer with folding rear ramps. The trailer must meet DOI requirements, as well as applicable DOT and FMVSS standards, and be suitable for use on primary, secondary, and unpaved dirt roads. Key specifications include:

  • Capacity: Minimum Gross Vehicle Weight Rating (GVWR) of 70,000 pounds; minimum concentrated load deck capacity of 50,000 pounds in 10 feet.
  • Dimensions: Maximum overall length of 40 feet; 18-foot working main load deck; 100-102 inches width; maximum 26 inches loaded lower deck height.
  • Components: Detachable gooseneck (without hydraulics), full air spring brakes with ABS, two 25,000 lbs axles, air ride suspension, eight steel wheels with 275/70R22.5 tires (including a spare and tire inflation system).
  • Load Bed: Comprised of apitong hardwood, wood, and steel, featuring traction/grouser bars and 16 outriggers.
  • Safety & Lighting: DOT LED lighting, amber strobe lights, oversize load sign and flag holders, and hi-visibility reflective striping.
  • Delivery: FOB Destination to 5100 East Winnemucca Blvd, Winnemucca, NV 89445.

Contract Details

  • Type: Firm Fixed Price.
  • Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
  • Delivery: Required within 270 days after award.
  • Warranty: 12 months from acceptance.

Submission & Evaluation

  • Response Due: April 30, 2026, 5:00 PM ET (1700 ED).
  • Submission Method: Quotes must be submitted via email to Mindi Paulson at mindi_paulson@ios.doi.gov.
  • Quote Validity: Quotes must remain valid for a minimum of 90 days from the RFQ closing date.
  • Required Submissions: Offerors must complete SF 1449 (Blocks 17a, 30a-30c) and provide a comprehensive quote package including pricing, manufacturer's specifications, engineered drawings, experience demonstration, warranty provisions, delivery timeframe, and any exceptions or substitutions.
  • Evaluation Factors: Technical Capability and Design, Past Performance, Warranty Provisions, and Delivery Date. These factors are significantly more important than price.
  • Questions Due: Questions will be accepted until April 23, 2026, 12:00 PM ET / 10:00 AM MT. Questions must be submitted in writing via email to Mindi Paulson, referencing Solicitation #140L3726Q0043. Answers will be posted to SAM.gov as an amendment.
  • Eligibility: Offerors must be registered and maintain active registration in the System for Award Management (SAM) database. Offerors must also provide contact information for an individual with the authority to bind and their SAM Unique Entity Identifier (UEI).

Additional Notes

Offerors are responsible for monitoring SAM.gov for any changes or amendments to the RFQ. A pre-work conference will be held prior to construction, and final inspection will occur at the contractor's facility or an agreed location, with the government performing final acceptance.

People

Points of Contact

Paulson, MindiPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 17, 2026
AO 25565 BLM 612 WINNEMUCCA, NV | GovScope