BRCA SNOWBLOWER REBUILD
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 National Park Service (NPS), specifically IMR ARIZONA(12400), is seeking quotes for the rehabilitation of a 1998 Kodiak loader-mounted snowblower attachment for Bryce Canyon National Park, Utah. This is a combined synopsis/solicitation (Request for Quote - RFQ) for a service to completely overhaul the snowblower. This opportunity is a Total Small Business Set-Aside. Quotes are due by April 20, 2026.
Scope of Work
The primary requirement is a complete overhaul and rehabilitation of a 1998 Kodiak loader-mounted snowblower. Key performance requirements include:
- Capable of 3000 TPH (tons per hour) at 25 lbs./cubic foot snow density.
- Casting snow up to 150' to the right and 100' to the left.
- Two-stage configuration, operating from -40F to 90F at 9000' elevation.
- Heavy-duty, rugged construction to handle various snow loads and debris.
- Specific dimensions for blower head, overall length, and height.
- Fully welded steel frame with quick coupler hooks matching the loader.
- Complete engine overhaul, powered and controlled via an ST-Fused wireless system.
- Cleaning and pressure testing of the cooling system with new components.
- Full replacement of the spot chute with a telescoping, 270-degree rotating, 18" telescoping unit.
- Engine compartment maximum 72" height, tiltable, sealed, with rugged-grip handles.
- Detailed requirements for fuel, hydraulic, and electrical systems (ST-Fused, Bluetooth, 12VDC).
- Power train overhaul, incorporating existing chain case and pneumatic engagement system.
- Blower head with specific dimensions, abrasion-resistant blades, and flat-cast right discharge with hydraulic rotation.
- Triangular, adjustable skid shoes and replaceable wear shoes.
- Two-piece, reversible, abrasion-resistant scraper blade.
- Specific paint preparation and application (two-part epoxy primer, two-part poly paint top coat) in Dark Grey and Yellow.
Contract & Timeline
- Contract Type: Firm-fixed price commercial contract/award.
- Period of Performance: April 23, 2026, to December 31, 2026.
- Delivery Date: December 31, 2026.
- Set-Aside: 100% Total Small Business Set-Aside.
- Submission Deadline: Quotes are due by 11:00 PM ET, April 20, 2026.
- Published Date: March 31, 2026.
Evaluation & Submission
- Evaluation Criteria: Award will be based on the best value to the government, considering price, technical capability, and prior experience.
- Required Submissions: Offerors must provide a Checklist for Quote Submittal, signed SF1449, completed provisions, a Technical Questionnaire, and three prior experience references.
- Submission Method: Offers must be submitted via email.
Eligibility / Set-Aside
- Set-Aside: This is a 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance).
- Size Standard: $12.5 Million.
- Requirements: Companies must have a Unique Entity Identifier (UEI) and be registered and "active" in the System for Award Management (SAM).
Additional Notes
This is a combined synopsis/solicitation; a separate written solicitation will not be issued. Questions regarding the solicitation will be accepted until 12:00 PM ET, April 6, 2026. Offerors must comply with numerous referenced FAR clauses and provisions.