Combined Snow Machines CSA 6 & 7
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 USDA Forest Service, CSA INTERMOUNTAIN 6, is soliciting quotes for Combined Snow Machines CSA 6 & 7. This Request for Quotation (RFQ) seeks various new snowmobiles for multiple Forest Service locations, with some requirements involving trade-ins. The acquisition is a Total Small Business Set-Aside. Quotes are due by March 26, 2026, at 3:00 PM MT.
Scope of Work
This opportunity involves the purchase of multiple snowmobiles with diverse technical specifications to support various Forest Service operations. These include accessing backcountry areas, grooming and maintaining winter trails, avalanche monitoring and mitigation, enforcing seasonal closures, and monitoring wildlife habitats. Specific requirements are detailed across several attachments, outlining needs for:
- Deep snow/mountain class snowmobiles: With engine displacements ranging from 600cc to 899cc, high horsepower (160HP-180HP minimum for some), specific track lengths (e.g., 154"-165") and lug heights (e.g., 2.5"-3"), high-performance suspension, and features like electric/pull starters, hand/thumb warmers, and belt monitoring systems. Some requirements express a preference for Ski Doo brand for continuity.
- Utility snowmobiles: With towing capabilities (receiver hitches, utility/towing rear bumpers).
- Trade-ins: Several requirements involve the seller accepting existing snowmobiles as trade-ins (e.g., two at Jerome, ID; one at Ketchum, ID). The lump sum price must include all costs for delivery and trade-in retrieval.
Contract Details
- Contract Type: Anticipated single or multiple Firm-Fixed-Price awards.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 336999 (Snowmobiles and parts manufacturing) with a 1,000-employee size standard.
- Delivery: F.O.B. Destination, no later than June 30, 2026, with early deliveries accepted. Delivery costs must be included in the quote. Locations typically lack loading docks.
Submission & Evaluation
- Quotes Due: March 26, 2026, 3:00 PM MT.
- Questions Due: March 20, 2026, 2:00 PM MST.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Price will be evaluated first, followed by Technical Acceptability (meeting or exceeding salient characteristics and providing descriptive literature) and Past Performance (rated as Acceptable, Neutral, or Unacceptable).
- Eligibility: Offerors must have an active SAM registration and hold prices for 90 calendar days. The Buy American-Supplies clause (52.225-1) is applicable.
Place of Performance
Deliveries are required at various locations, including Ogden, UT; Salt Lake City, UT; Idaho Falls, ID; Jerome, ID; and Boise, ID.
Contact Information
For inquiries, contact Adam Koepke at adam.koepke@usda.gov or 208-712-8218.