KS Mid-Plains Fire Management DEBRIS BLOWER
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 US Fish and Wildlife Service (FWS), specifically the FWS, SAT TEAM 2 office, is soliciting proposals for the procurement of two (2) tow-behind debris blowers for the Mid-Plains Fire Management Zone at the Marais Des Cygnes National Wildlife Refuge. This is a Total Small Business Set-Aside opportunity. The government seeks offers representing the best value, with technical specifications and lead time being more important than price. Offers are due by March 27, 2026, at 1700 ED.
Scope of Work
The requirement is for two (2) tow-behind debris blowers designed for fire line construction and maintenance. Key specifications include:
- Engine: Gas-powered, electronic fuel injection, minimum 40 horsepower, with wireless remote start/stop capability.
- Towing: Capable of being pulled behind an ATV/UTV weighing less than 500 lbs, with an adjustable height and length hitch.
- Functionality: Must effectively move grass, tree, and leaf debris.
- Outflow Nozzle: 10-14 inch outlet, heavy-duty polymer, 360-degree rotation, with wireless remote adjustment.
- Remote Control: Water-resistant, push-button style.
- Size Limitations: Overall length (with hitch) 9 feet or shorter; width (with wheels) 50 inches or less; height (with wheels) less than 4 feet.
- Warranty: Minimum 3-year warranty on both the machine and engine.
Contract & Timeline
- Contract Type: Solicitation, Firm-Fixed-Price.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- Delivery: Required by June 1, 2026.
- Offers Due: March 27, 2026, at 1700 ED.
- Published Date: March 12, 2026.
Evaluation
Award will be based on a best value tradeoff, considering technical specifications, lead time, and price. Technical and past performance combined are considered more important than price. The government reserves the right to award to other than the lowest-priced offer.
Additional Notes
- Offers and questions must be emailed to jeremy_riva@fws.gov.
- Offerors must disclose the name of any anticipated subcontractor.
- The solicitation incorporates various FAR clauses by reference, including those for small business set-asides and Buy American.
- Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP).