Sawtooth National Forest Travel Trailer w/ trade-in
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 is soliciting quotations for the purchase of one new bumper-pull travel trailer for the Sawtooth National Forest, with the mandatory trade-in of six existing travel trailers. This opportunity is a Total Small Business Set-Aside. The new trailer will serve as temporary living quarters for field personnel at remote work sites. Offers are due March 26, 2026.
Scope of Work
The requirement is for one new, current production year, fully equipped bumper-pull travel trailer, designed for efficient operation and suitable for highway use and rough, rocky road surfaces in all weather conditions, requiring maximum ground clearance. It must include a 4-season package. Vendors must accept the trade-in of six specific travel trailers, detailed in Attachment 3. Delivery is required to Jerome, Idaho, and a second location in Ketchum, Idaho.
Technical Specifications
The trailer must meet detailed specifications including:
- Size: Max 29 ft length, 8 ft width, 11 ft exterior height; min 6 ft 6 in interior height.
- Floor Plan: Sleeps 3, one slide-out, walk-around queen bed, dual entry.
- Key Features: Microwave, 10 cu ft 12V refrigerator, marine toilet, 15,000 BTU AC, 25,000 BTU LPG furnace, tankless or 10-gallon hot water heater, 37-gallon fresh water, 82-gallon grey, 37-gallon black tanks.
- Chassis: Tandem axles, ST205/75R14 LRD tires, 15 in wheels, spare, jack, lug wrench, four stabilizing jacks, four 10 in 12V electric brakes. GVWR 6995 lbs.
- Structure: Aluminum or wood construction, fiberglass laminated exterior walls, Tuff-Ply pass-thru flooring.
- Cold Weather: 4-season package, insulated walls (min R-7), ceiling (min R-10), enclosed and heated underbelly, thermal pane windows, tank heat pads.
- Electrical: 30-amp service, 200-watt solar pre-wire, 30-amp charge controller, generator-ready hookups.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ), anticipated Firm-Fixed Price award(s).
- Set-Aside: Total Small Business (NAICS 336214, Size Standard 1,000 employees).
- Delivery: No later than May 30, 2026. Delivery costs must be included in the quote.
- Period of Acceptance: 60 calendar days from receipt of offers.
Submission & Evaluation
- Offers Due: March 26, 2026, 1500 MT.
- Questions Due: March 23, 2026, 2:00 PM MST.
- Evaluation Criteria: Best value based on Price, Technical Acceptability (Acceptable/Unacceptable), and Past Performance (Acceptable, Neutral, Unacceptable). The lowest-priced quotation will be evaluated first.
- Requirements: Offerors must have an active SAM registration, accept trade-ins, and provide trade-in value.
Contact Information
For inquiries, contact Adam Koepke at adam.koepke@usda.gov or 208-712-8218.