Heavy Equipment Program - Agricultural Equipment SPE8EC25R0007
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 Defense Logistics Agency (DLA) Troop Support is soliciting proposals for a Heavy Equipment Program - Agricultural Equipment under a Continuous Solicitation (SPE8EC25R0007). This effort aims to establish Multiple Indefinite Delivery/Requirements Contracts for commercial-type agricultural equipment. The initial closing date for proposals is March 11, 2026, at 4:00 PM EST, with the solicitation remaining open until March 11, 2035.
Scope of Work
This procurement covers a wide range of agricultural equipment, including but not limited to: all-terrain vehicles, utility vehicles, electric utility cars, skid steer loaders, tractors, rotary cutters, flail mowers, sprayers, spreaders, mowers, brush clearing equipment, balers, tub grinders, crushers, compactors, chippers, shredders/shredding systems, composters, screening plants, trommels, self-dumping hoppers, can densors, recycling equipment, and snowmobiles.
All delivered equipment must be new, in full operating condition, and the most recent manufacturer's commercial version. Commercial manuals (operator's, service/repair, parts lists) are required, with editable electronic versions available upon request. Incidental services like operator training, service plans, and spare parts support can be ordered with new equipment.
Contract Details
- Contract Type: Multiple Indefinite Delivery/Requirements Contracts
- Duration: Ten years (no options)
- Set-Aside: Unrestricted
- Pricing: Unit prices for basic contract items will be FOB Origin, with individual RFQs requiring FOB Destination quotes. An Economic Price Adjustment clause is incorporated.
Submission & Evaluation
- Submission Method: Proposals must be submitted electronically via email to HEPPLTCs@dla.mil. Hard copy, hand-carried, or facsimile offers will not be considered.
- Evaluation Criteria: Proposals will be evaluated based on FAR 52.212-1 (Instructions to Offerors – Commercial Items) and FAR 52.212-2 (Evaluation – Commercial Items).
- Award Basis: Awards will be made to responsible offerors who take no exception to the solicitation and whose prices are determined to be fair and reasonable. Subsequent requirements will be competed among contract holders, with awards typically based on Lowest Price Technically Acceptable (LPTA).
Eligibility & Notes
- Offerors must provide commercial catalog prices, discounts, commercial invoices, and potentially an OEM Letter of Commitment if acting as a dealer.
- A completed Submission Checklist, Unique Entity Identifier (UEI), and CAGE code are required.
- Attachment #1 (Model Pricing) and Attachment #2 (Invoices) provide detailed instructions for pricing proposals and invoice documentation.
Key Dates
- Initial Proposal Due: March 11, 2026, 4:00 PM EST
- Solicitation Expiration: March 11, 2035
- Published Date: February 12, 2026