23--OR-FWS MALHEUR NWR-UTV
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), Malheur NFR, Princeton, OR, is soliciting quotes for the acquisition of a Utility Task Vehicle (UTV). This requirement is a Total Small Business Set-Aside for a new, full-size, 3-seater side-by-side UTV. The contract will be awarded on a lowest price technically acceptable basis. Quotes are due by January 22, 2026, at 1700 ET.
Scope of Work
The solicitation requires a new, full-size, single cab, 3-seater side-by-side UTV (Polaris or equivalent) meeting specific technical specifications. Key features include:
- Engine & Drivetrain: 999cc engine, 82HP, 11.5-gallon fuel capacity, Electronic Fuel Injection, Automatic transmission.
- Chassis & Tires: 14-inch ground clearance, 29" 10-ply tires, 14-inch rims.
- Cab System: Factory-installed cab with insulation, 3-person bolstered bench seat with 3-point harness, factory-installed Heat, AC, and Defrost, adjustable driver seat.
- Exterior: Hard doors and roof, glass tip-out windshield, glass rear panel, rearview mirror, windshield wiper with washer, Dual LED Headlights and LED Taillights.
- Accessories: Front Bumper with Integrated Winch, Plow & LED Mounts, 4,500lb winch with synthetic rope, auto stop, and wireless remote, Rear bumper, Battery Trickle-Charging Outlet, USB Outlet.
- Utility: Standard 2 in (5 cm) Receiver with 2,500lb towing capacity, Rear dump box with 1000lb capacity. The offeror is responsible for final assembly and delivery of the unit to the refuge.
Contract Details
- Contract Type: Firm-fixed-price. The metadata for this opportunity indicates an "Award Notice" was published on February 12, 2026.
- Basis of Award: Lowest price technically acceptable product that meets all specifications.
- Delivery: FOB destination, no later than 90 days after award, with an anticipated delivery date of March 31, 2026.
Submission & Evaluation
- Quote Submission: Quotes must be on company letterhead, include UEI No. and point of contact information. If holding a GSA contract, provide the contract number. Include a completed copy of FAR provision 52.212-3 Offeror Representations and Certifications -- Commercial Items.
- Solicitation Questions Due: January 20, 2026, by 1700 ET.
- Quotes Due: January 22, 2026, by 1700 ET.
- Submission Email: kathryn_coltran@fws.gov.
Eligibility / Set-Aside
This is a Total Small Business Set-Aside. The applicable NAICS Code is 336991 with a size standard of 1050 employees. Offerors must be actively registered in the System for Award Management (SAM).
Additional Notes
This is a combined synopsis/solicitation; no separate written solicitation will be issued. FAR clauses are incorporated by reference.