24--SD-FWS DC BOOTH HNFH-LOADER

SOL #: 140FGA26Q0004Award Notice

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS, GAOA
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

Farm Machinery and Equipment Manufacturing (333111)

PSC

Tractors, Wheeled (2420)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 14, 2026
2
Last Updated
Feb 24, 2026

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 (USFWS), under the Department of the Interior, is soliciting quotes for a Small Articulated Loader (Bobcat L28 or equal) with a 52" angle broom attachment and a trade-in credit for a 2002 John Deere 1435. This is a Total Small Business Set-Aside. Quotes are due by Monday, February 2, 2026, at 1700 EST.

Scope of Work

The requirement is for a Small Articulated Loader to be delivered to the DC Booth National Fish Hatchery in Spearfish, SD. Key specifications include:

  • Loader: Minimum 24.8 HP Tier 4 diesel engine, 1,200 lbs articulated lift capacity (1,500 lbs straight), telescopic lift arm, specific hydraulic system, dimensions (max 50" width, ≤ 80" turning radius), 4WD/hydrostatic drive, 8 ply turf tires, ROPS/FOPS compliant, enclosed heated cab, LED work lights, quick-attach system, and a minimum 1-year warranty.
  • Attachment: A fully compatible 52-inch wide angle broom attachment, including all necessary installation accessories, hydraulic components, and control kits.
  • Trade-in: Credit for a 2002 John Deere 1435 mower with approximately 850 hours.
  • Delivery & Installation: Prices must be FOB Destination to Spearfish, SD, and include all installation labor and parts. Contractor is responsible for packing, marking, risk of loss, and arranging delivery.

Contract Details

  • Type: Firm-fixed-price.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS: 333111 (Tractors, Wheeled), Size Standard: 1,250 employees.
  • Non-Manufacturer Rule: A waiver applies, allowing small businesses to supply without manufacturing.
  • Performance Period: Approximately 45 days from award (anticipated February 13, 2026 – March 30, 2026).

Submission & Evaluation

  • Submission: Quotes must be on company letterhead or the provided pricing form, including SAM.gov UEI, POC details, and a completed FAR 52.212-3. Submissions should be emailed to nicole_c_johnson@fws.gov. Offerors proposing "equal" products must provide supporting documentation.
  • Evaluation: Award will be based on the Lowest Price Technically Acceptable (LPTA) method, with technical acceptability evaluated on a pass/fail basis.
  • Quotes Due: Monday, February 2, 2026, at 1700 EST.

Contact Information

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Award Notice
Posted: Feb 24, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Jan 27, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Jan 21, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 14, 2026
View
24--SD-FWS DC BOOTH HNFH-LOADER | GovScope