R6 UTV Purchase
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. Department of Agriculture, Forest Service is soliciting proposals for the R6 UTV Purchase, a Total Small Business Set-Aside for Utility Terrain Vehicles (UTVs) and All-Terrain Vehicles (ATVs). This acquisition supports the Pacific Northwest Region's wildland fire operations and off-highway use needs. Offers are due by April 7, 2026.
Scope of Work
This opportunity requires the supply and delivery of turn-key ATVs and UTVs, including 4x4 and 6x6 configurations, to various U.S. Forest Service locations in Oregon and Washington. These vehicles are essential for personnel and cargo transport, scouting, and wildland fire ignition operations. The procurement covers three main categories:
- MVR #1: All-Purpose Side-by-Side for Personnel and Cargo Transport
- MVR #2: Advanced Scout Vehicles
- MVR #3: All-Terrain Vehicle (ATV) Type 1
All fire-related OHVs must meet the Wildland Fire Off-Highway Vehicle (OHV) Standard and specific Minimum Vehicle Requirements (MVRs) detailed in 18 separate specification attachments. Offerors must quote on the full specification document, providing base models that closely fit the individual requirements, without "up-sell" options.
Contract Details
- Contract Type: Firm-Fixed Price, Requirements contract.
- Period of Performance: May 1, 2026, to August 31, 2026.
- Delivery: Within 120 days after award, to specified locations including Fremont-Winema Equipment Shop (Lakeview, OR), Bend, OR, Baker City, OR, and Colville, WA.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
Submission & Evaluation
Proposals will be evaluated based on the most advantageous quote, considering:
- Technical Capability: Rated Acceptable or Unacceptable across sub-factors like Equipment, Availability, and Licenses. All sub-factors must be acceptable.
- Past Performance: Rated Acceptable or Unacceptable. Unacceptable ratings will disqualify an offeror.
- Price: The primary evaluation factor, which must be reasonable and competitive.
Key Dates & Contact
- Questions Due: March 24, 2026, 10:00 AM Pacific.
- Answers Posted: March 31, 2026, 10:00 AM Pacific (on SAM.gov).
- Offers Due: April 7, 2026, 10:00 AM Pacific.
- Submission Method: Electronically via email to the contracting officer, with three separate attachments: Technical Capability (Word or PDF), Past Performance (PDF), and Price (Excel).
- Contact: Kevin Flores (kevin.flores@Usda.gov, 9714302344).
Additional Notes
Offerors are encouraged to ask questions if requirements or processes are unclear. A site visit has not been scheduled, and offerors are responsible for their own research.