ND-ARROWWOOD NWR- MINI TRACK LOADER
SOL #: 140FS226Q0102Solicitation
Overview
Buyer
Interior
Us Fish And Wildlife Service
FWS, SAT TEAM 2
Falls Church, VA, 22041, United States
Place of Performance
Place of performance not available
NAICS
Construction Machinery Manufacturing (333120)
PSC
Earth Moving And Excavating Equipment (3805)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
May 6, 2026
2
Last Updated
May 6, 2026
3
Submission Deadline
May 18, 2026, 1:00 PM
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 U.S. Fish and Wildlife Service (FWS), specifically the FWS, SAT TEAM 2 office, is soliciting proposals for the procurement and delivery of one (1) Mini Track Loader for the Arrowwood National Wildlife Refuge (NWR) in Pingree, ND. This is a Total Small Business Set-Aside under a firm-fixed-price contract. Quotes are due by May 18, 2026, at 9:00 AM EST.
Scope of Work
The requirement is for one (1) new Mini Track Loader, model year 2025 or newer, equivalent to a Bobcat MT100. Key specifications include:
- Minimum 24.8hp, 3-cylinder engine.
- 9.8" wide tracks.
- Rated operating capacity of 1000lbs, operating weight of 3390lbs, and tipping load of 2898lbs.
- Lift breakout force of 3330lbs.
- Auxiliary standard flow of 11gpm.
- Travel speeds: 4.1mph forward, 2.9mph reverse.
- Fuel capacity of 7 gallons.
- Required features include a fuel gauge, hour meter, fully hydrostatic rubber track drive, lift arm support, Bob-Tach attachment system, and built-in tie-down locations.
- The equipment must be the latest production model, delivered in new condition, and covered under a full manufacturer warranty.
- Required documentation includes Operator/User Manual, Maintenance Manual, Warranty documentation, Parts list, Manufacturer contact information, and safety certifications/compliance.
- The solicitation includes a trade-in unit as part of the bid.
Contract Details
- Contract Type: Firm-Fixed-Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333120 (Earth Moving And Excavating Equipment)
- Period of Performance: Approximately May 21, 2026, to September 7, 2026.
- Delivery Date: No later than September 7, 2026, within 100 days of award.
Submission & Evaluation
- Quotes and questions must be emailed to khalilah.brown@fws.gov by May 18, 2026, at 9:00 AM EST.
- Offerors must hold prices firm for 60 calendar days from the receipt date.
- Evaluation Criteria: Best Value Comparative Evaluation, where Technical Acceptability and Past Performance are significantly more important than Price.
- Technical Acceptability: Evaluated on a pass/fail basis, assessing Product Specifications and Features, Delivery and Condition, Warranty and Support, and Compliance with Regulations.
- Past Performance: Requires three examples of successful, timely completion of similar work.
- Price: Evaluated for reasonableness and completeness.
- Offerors may submit quotes for "brand name or equal" products, clearly identifying the make and model to demonstrate compliance with specifications.
Contact Information
- Primary Contact: Khalilah Brown
- Email: khalilah_brown@fws.gov
- Phone: 571-547-3407
People
Points of Contact
Brown, KhalilahPRIMARY
Files
Files
No files attached to this opportunity
Versions
Version 2
Solicitation
Posted: May 6, 2026
Version 1Viewing
Solicitation
Posted: May 6, 2026