38--ND-ARROWWOOD NWR-V-PLOW 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 U.S. Fish and Wildlife Service (FWS) is soliciting quotes for the procurement of one 12ft Folding V-Plow attachment for the Arrowwood National Wildlife Refuge in Pingree, ND. This is a 100% Total Small Business Set-Aside with quotes due by February 4, 2026, 5:00 PM EST.
Scope of Work
This solicitation seeks one (1) 12ft Folding V-Plow attachment specifically compatible with a John Deere 544K-II payloader. Key specifications include:
- Overall width: 12', "V" position width: 11'
- Minimum height: 57 ½"
- Mounting plate: JRB 416 compatible
- Features: Oscillation plate, standard cutting edge, MS-Mushroom shoes, TE-Trip edge with manual lock, 6' cutting edge on each side, rubber flair flap, hydraulic diverter kit with cab top button switch.
- Base machine weight: 4100 LBS.
- Factory Base Warranty: At least 1 year, including 1 English owner/operator manual. Delivery is required to Arrowwood NWR, 7780 10th ST SE, Pingree, ND 58476. Pickup within a 100-mile radius is possible.
Contract & Timeline
- Type: Firm-Fixed Price
- Set-Aside: 100% Total Small Business
- Period of Performance: February 9, 2026 to April 8, 2026
- Delivery Date: April 8, 2026
- Quotes Due: February 4, 2026, 5:00 PM EST
- Published: January 22, 2026 (Solicitation Document)
Submission & Evaluation
Offerors must email quotes and any questions to khalilah.brown@fws.gov by the deadline. Submissions must include:
- Name of Firm
- Unique Entity Identifier (UEI)
- Point of Contact
- Phone Number
- Email Address Award will be based on Best Value, considering competitive pricing and delivery, technical compliance with salient characteristics, and positive past performance history (verified via CPARS/CRA and other sources).
Eligibility & Notes
This acquisition is a 100% Total Small Business set-aside. Offerors are required to be registered and active in SAM.gov. Standard Form 1449 is used for this solicitation, and electronic invoicing and payment will be processed through the Invoice Processing Platform (IPP).