DFO UTV FOR INVASIVES INVENTORY
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 Bureau of Land Management (BLM), specifically the Dillon Field Office in Montana, is soliciting proposals for one Utility Task Vehicle (UTV) to support invasives inventory. This is a Combined Synopsis/Solicitation issued under FAR Part 12 and 13. The acquisition is a Total Small Business Set-Aside. Quotes are due by May 27, 2026, at 1400 MST.
Scope of Work
This opportunity requires the delivery of one (1) new 2-seat UTV. Key specifications include:
- Wheelbase: 60-inch or wider, with at least 11 inches of ground clearance and a minimum 83-inch overall wheelbase.
- Capacity: 2500 lbs or more towing capacity, 1500 lbs or greater payload capacity, and a multifunction rear cargo box with a minimum 1000 lb carrying capacity.
- Engine: Maximum 1000cc liquid-cooled, electronic fuel-injected engine.
- Features: 2-inch receiver hitch, engine braking system, and power steering.
- Safety: Certified roll-over protection system (ROPS) meeting ISO 3471, SAE J1040, SAE J2194, or OSHA 29 CFR 1928.53 standards.
The solicitation also includes the trade-in of two existing vehicles: a 2014 Polaris Ranger Crew XP 900 and a 2014 Polaris Ranger 800 6x6.
Contract Details
- Type: Firm-Fixed-Price, Single-Award Contract.
- NAICS Code: 336999 (All Other Transportation Equipment Manufacturing) with a 1000-employee small business size standard.
- Period of Performance: June 5, 2026, to July 17, 2026.
- Delivery Date: March 23, 2026.
- Place of Performance: 1005 Selway Dr., Dillon, MT 59725, United States.
Submission & Evaluation
- Set-Aside: 100% Small Business Set-Aside.
- Submission: Quotes must be submitted via email to christopher_brailer@ios.doi.gov.
- Questions Due: May 19, 2026, 1400 MST.
- Quotes Due: May 27, 2026, 1400 MST.
- Evaluation: Award will be based on the Lowest Price Technically Acceptable (LPTA) criteria.
- Validity: Quotes must be valid for a minimum of 60 days.
- Eligibility: Offerors must be actively registered in the System for Award Management (SAM).
Additional Notes
Prospective offerors are responsible for checking SAM.gov for any amendments. Payment will be processed via Electronic Funds Transfer through the U.S. Department of the Treasury's Invoice Processing Platform (IPP).