Repair of John Deere 700J LGP Dozer
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 USDA Forest Service, CSA EAST 4 is soliciting quotations for the Repair of a John Deere 700J LGP Fire Suppression Dozer. This acquisition, issued as a Request for Quotation (RFQ) 12444226Q0007, is for the replacement of the left side final drive. The opportunity is unrestricted and open to all responsible sources. Offers are due April 6, 2026, at 5:00 PM CT.
Scope of Work
This requirement involves the replacement of the left side final drive on a John Deere 700J LGP Fire Suppression Dozer. The scope includes all associated mounting hardware, necessary parts, and labor, with work to be performed according to manufacturer specifications. The place of performance is Richton, MS.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ) for commercial items.
- Product Service Code: J024 (Maintenance, Repair And Rebuilding Of Equipment: Tractors).
- NAICS: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) with a $12.5M size standard.
- Period of Performance: May 1, 2026, to August 31, 2026.
- Delivery: 30 Days After Award.
- Set-Aside: Unrestricted (Full and Open Competition).
- Questions Due: April 1, 2026, at 5:00 PM CT.
- Offer Due: April 6, 2026, at 5:00 PM CT.
- Published: March 26, 2026.
Evaluation
Award will be based on the Lowest Price Technically Acceptable (LPTA) criteria. Technical acceptability will be rated as "acceptable" or "unacceptable," and Past Performance will be evaluated as "Acceptable," "Neutral," or "Unacceptable."
Additional Notes
This solicitation incorporates relevant FAR clauses and provisions by reference, including FAR 52.212-4. A Statement of Work (SOW) is attached, detailing the repair requirements. A U.S. Department of Labor Wage Determination (No. 2015-5151, Revision No. 29) for Forrest and Perry Counties, MS, is included, which bidders must consult to ensure compliance with minimum wage and fringe benefit rates for employees. All questions must be submitted via email to John Camacho at john.camacho@usda.gov.