38--GRADER ROLLER ATTACHMENT
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 Reclamation, Great Plains Regional Office, is soliciting quotations for a Contour style Packer/Roller Attachment for a John Deere 770GP Motor Grader. This acquisition is a Total Small Business Set-Aside and will result in a Firm Fixed-Price contract. Quotations are due by February 18, 2026, at 1:00 PM MDT.
Scope of Work
The requirement is for one (1) 90" Contour Packer/Roller Attachment specifically designed for a John Deere 770GP Motor Grader. Key technical specifications include:
- Quick attach point for John Deere 770GP (with ripper attachment).
- 90-inch packing width.
- Single Beam or Contour Frame Construction with Walking Beams for independent support.
- Twelve (12) 14-Ply Smooth Tires.
- 6,000 LB rated Spindle & Hub.
- Included Accumulator System and John Deere Spacers for Ripper Attachment connection. No alternative or substitute items are considered acceptable. The attachment must be built to manufacturer specifications.
Contract & Timeline
- Contract Type: Firm Fixed-Price (RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333120 (Construction Machinery Manufacturing)
- Size Standard: 1,250 employees
- Period of Performance: March 1, 2026, to May 30, 2026
- Delivery Requirement: No later than May 30, 2026, FOB destination to Mills, WY. Shipping costs must be a separate line item.
- Quotation Due Date: February 18, 2026, 1:00 PM MDT
Evaluation & Submission
Award will be made to the responsible offeror whose offer is most advantageous to the Government, considering technical acceptability, technical and past performance (combined), and price. Offerors must submit quotations and business profiles to Alicia Dunn (adunn@usbr.gov) in accordance with FAR subpart 12.6. Required representations and certifications (FAR 52.212-3) must be completed, including those related to small business status, Buy American, and telecommunications equipment (FAR 52.204-24). Contractors must be registered in the System for Award Management (SAM) and submit payment requests electronically via the U.S. Department of the Treasury's Invoice Processing Platform (IPP).
Additional Notes
Amendment 0001 provided pictures to supplement the "Salient Characteristics" document. All other provisions, clauses, and the period of performance duration remain unchanged.