ATV/ROV TEST SITE
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 Consumer Product Safety Commission (CPSC) has issued a Special Notice announcing its intent to award a sole-source contract to BBG Aerosystems Inc. for ATV/ROV/OHV testing and training services. This requirement is for the continuation of existing services, with a potential 5-year contract duration. Interested parties must submit capability statements by March 18, 2026, 12:00 PM ET.
Opportunity Details
CPSC requires a facility for testing off-highway vehicles, including All-terrain Vehicles (ATVs), Recreational Off-highway Vehicles (ROVs), and Off-highway Vehicles (OHVs), as well as micromobility devices. The services also include training CPSC personnel on-site at the contractor's facility. Testing primarily involves straight-line evaluations, but multi-directional testing may also be required. The facility must be located within 15 miles of CPSC's National Product Testing and Evaluation laboratory in Rockville, MD, and have emergency response services within 3.0 miles. Specific training area requirements include a minimum of 4 acres with varied terrain and a 220' x 220' flat area for closed-course training, plus a classroom for up to 16 people.
Contract & Set-Aside
This is a sole-source award to BBG Aerosystems Inc., justified under FAR 6.302-1 and 41 U.S.C. 253(c)1, due to BBG Aerosystems Inc. being identified as the only responsible source meeting all specific requirements. The procurement will be a simplified acquisition in accordance with FAR Subpart 12 & 13 procedures. The contract is anticipated to be a 5-year agreement, consisting of a base year (April 1, 2026 – March 31, 2027) and four 12-month option periods. There is no set-aside designation for this sole-source action.
Response Information
This notice is not a request for competitive quotations. However, interested persons may identify their interest and submit a capability statement demonstrating their ability to meet this requirement. All responses received within seven business days of the notice's issuance will be considered. A determination by the government not to compete this procurement based on responses is solely at its discretion.
Key Dates & Contact
- Response Due: March 18, 2026, 12:00 PM Eastern Time
- Published Date: February 25, 2026
- Contract Specialist: Ankur Patel (apatel@cpsc.gov)