Sawtooth National Forest Avalanche Center Snowmobile Trailer w/ Trade-In EN 3466
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, Sawtooth National Forest, is seeking proposals for one new snowmobile trailer with a trade-in option to support the Sawtooth Avalanche Center's operations. This Total Small Business Set-Aside opportunity is for a combined synopsis/solicitation to acquire a trailer essential for public outreach, avalanche education, maintaining remote weather stations, and collecting data for daily backcountry avalanche forecasts and safety products. Offers are due by March 11, 2026, at 3:00 PM MT.
Purpose & Scope
The Sawtooth Avalanche Center requires a new snowmobile trailer to facilitate snowmobile transport for critical activities including public motorized user outreach, avalanche education, maintenance of remote weather stations, and field data collection necessary for producing daily backcountry avalanche forecasts, warnings, and public safety products. The acquisition includes the trade-in of an existing 2008 Mirage Xtreme 16' 2-Spot Enclosed trailer, which has noted damage including significant rust. The successful offeror will be responsible for delivering the new trailer and retrieving the trade-in unit.
Specifications & Delivery
The required trailer must be a two-place snowmobile trailer, 16' to 18' in length, with specific features including torsion ride suspension, smooth .030" bonded side panels, a one-piece aluminum roof, front and rear ramp doors with spring assist, a side access door, minimum 6'6" height, and minimum 3/4" water-resistant decking. It must also include LED lighting, a full-length slide track with D-rings, a 1500# wheel jack, safety chains, a spare tire, and two 3,500 Lb. axles with electric brakes. Delivery is required to the Sawtooth National Forest Supervisor's Office in Jerome, ID 83338, on or before 120 days after award, but no later than May 30, 2026.
Contract Details
This is a Combined Synopsis/Solicitation for commercial items, anticipated to result in a single or multiple firm-fixed-price award(s). The acquisition is designated as a Total Small Business Set-Aside under NAICS Code 336214 (Travel Trailer and Camper Manufacturing) with a 1,000-employee size standard.
Submission & Evaluation
Offers must be submitted via email to adam.koepke@usda.gov by March 11, 2026, at 3:00 PM MT. Offerors must provide pricing for all items, including any quantity or prompt payment discounts. The trade-in value for the existing trailer must be included as a negative amount for line item 0002; failure to do so may result in quotation exclusion. Evaluation will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Technical acceptability will assess whether proposals meet or exceed salient characteristics, clearly identify brand/model, provide sufficient descriptive literature, and confirm delivery availability. Past performance will be evaluated as Acceptable, Neutral, or Unacceptable. Offerors must hold prices firm for 60 calendar days.
Key Dates & Contact
- Questions Due: March 9, 2026, 2:00 PM MST
- Offers Due: March 11, 2026, 3:00 PM MT
- Primary Contact: Adam Koepke, adam.koepke@usda.gov, 208-712-8218