23--Gooseneck Trailers, Ridgefield NWR, WA
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
This is an Award Notice for the procurement of Gooseneck Trailers for the Ridgefield National Wildlife Refuge (NWR) in Washington. The acquisition was conducted as a Total Small Business Set-Aside. The original solicitation, 140FS326Q0033, sought three tandem dual-wheel gooseneck trailers with specific technical characteristics.
Scope of Work
The requirement was for three (3) Tandem - Dual Wheel Gooseneck Trailers, specifically a Diamond C, Model FMAX210 or approved equal/greater. Key specifications included:
- GVWR: 25,000 lb
- Axles: 2 - 10,000 lb General Duty, Oil Bath
- Brakes: Electric Drum
- Suspension: Slipper Roller HD
- Frame: 16" Engineered Beam 2.0
- Coupler: Curt Cushion Coupler
- Floor: 2" Treated Lumber
- Tires: 215/75R17.5 18 Ply Radial, Dually, with a spare. Delivery was specified as FOB Destination within a 50-mile radius of Ridgefield NWR, with the contractor responsible for all delivery charges and coordination.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business (100%)
- NAICS Code: 532412 (Trailers)
- Product Service Code: 2330 (Trailers)
- Department/Agency: US Fish and Wildlife Service, Department of the Interior
Solicitation & Evaluation
The solicitation (140FS326Q0033), issued on March 3, 2026, had an Offer Due Date of March 16, 2026, at 1400 Local Time. Evaluation was based on a Lowest Priced Technically Acceptable (LPTA) methodology. Proposals were assessed in two parts: Price Proposal and Technical/Past Performance Information. Technical capability, past performance (via questionnaires and references), and price fairness/reasonableness were key evaluation factors. Offerors were required to submit a Past Performance Data Document and use a specific Quote Schedule.
Contact Information
For inquiries related to the original solicitation, the primary contact was Fred Riley at fred_riley@ios.doi.gov or 413-253-8738. Technical questions regarding the supply requirement could be directed to Chadd Smith (chadd_smith@fws.gov).