ND-WHITE HORSE HILL NATL GAME PRSV-TRACKED CARRIER
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), under the Department of the Interior, is soliciting proposals for the procurement and delivery of one (1) All Terrain Tracked Carrier Vehicle, brand name or equal to YANMAR C30R-3. This vehicle is intended for use in prescribed burning and wildfire management operations at the White Horse Hill National Game Preservation in Devils Lake, ND. This opportunity is a Total Small Business Set-Aside. Quotes are due by March 17, 2026, at 5:00 PM EST.
Scope of Work
The requirement is for one new all-terrain tracked carrier vehicle, specifically a Yanmar C30R-3 or an approved equal. The vehicle must meet detailed salient characteristics, including:
- Tracked carrier configuration suitable for all-terrain operation.
- Minimum rated operating capacity comparable to the Yanmar C30R-3 (e.g., 5513 lbs max payload).
- Maximum overall width compatible with standard trail/limited access operations.
- Hydraulic dump bed (straight dump, 58 degrees dump angle, 1'6" dump clearance).
- Diesel-powered engine (e.g., 46 HP Yanmar Tier4F Diesel).
- Operator station with standard safety features (ROPS, seat belt, reversible seat).
- Compliance with applicable EPA emissions standards.
- Other specifications include 5843# machine weight, Automatic HST Transmission, 10 inches ground clearance, 4 PSI ground pressure, and steel reinforced rubber tracks. Offerors proposing an "equal" product must clearly identify the make and model and provide descriptive literature. Required documentation includes Operator/User Manual, Maintenance Manual, Warranty documentation, Parts list, Technical specifications, Manufacturer contact, and Safety certifications.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Set-Aside: 100% Total Small Business
- Estimated Delivery Date: June 19, 2026
- Period of Performance: March 20, 2026, to June 19, 2026
- Quotes Due: March 17, 2026, 5:00 PM EST
- Published Date: March 3, 2026
Submission & Evaluation
Quotes must be submitted on company letterhead, including firm name, UEI, Point of Contact, phone, and email. All quotes and questions must be emailed to Khalilah Brown at khalilah_brown@fws.gov. Evaluation will be based on Best Value, considering competitive pricing, delivery lead time, the extent to which the proposed vehicle meets salient characteristics, and positive past performance history (three examples of similar successful work are required). Offerors must submit a completed copy of FAR 52.212-3 and certify compliance with applicable FAR provisions and active SAM.gov registration.
Contact Information
- Primary Point of Contact: Khalilah Brown
- Email: khalilah_brown@fws.gov
- Phone: 571-547-3407