24--SD-FWS DC BOOTH HNFH-LOADER

SOL #: 140FGA26Q0004Combined Synopsis/Solicitation

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
3
Submission Deadline
Jan 29, 2026, 10:00 PM

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 (FWS), specifically the DC Booth Historic National Fish Hatchery (HNFH) in Spearfish, SD, requires a Small Articulated Loader. This is a Combined Synopsis/Solicitation issued as a Total Small Business Set-Aside. An amendment has been issued to provide details on a trade-in item. Quotes are due January 29, 2026.

Scope of Work

The requirement is for a Small Articulated Loader, which must be a Bobcat L28 or an equivalent item meeting specified "Salient Characteristics." Offerors proposing an "equal" product must provide documentation to demonstrate compliance. Delivery is FOB Destination to the DC Booth National Fish Hatchery, Spearfish, SD, and installation is required and must be included in the quoted price.

Contract Details

  • Contract Type: Firm-fixed-price
  • Period of Performance: Anticipated 45 days from award, approximately February 13, 2026, to March 30, 2026.
  • NAICS Code: 333111 (Tractors, Wheeled)
  • Small Business Size Standard: 1250 employees
  • Set-Aside: Total Small Business Set-Aside

Submission & Evaluation

  • Submission Instructions: Submit quotations on company letterhead or the provided pricing form via email to nicole_c_johnson@fws.gov. Submissions must include the SAM.gov UEI code, Point of Contact phone number and email, and a completed copy of FAR provision 52.212-3 Offeror Representations and Certifications – Commercial Items.
  • Basis of Award: Lowest Price Technically Acceptable (LPTA).
  • Technical Acceptability: Evaluated on a pass/fail basis. Failure to provide sufficient information for compliance will result in an unacceptable determination.
  • Eligibility: Offerors must be registered as an active vendor in SAM.gov.

Key Deadlines

  • Solicitation Questions Due: January 22, 2026
  • Quotes Due: January 29, 2026

Amendment Details

Amendment 0001, published January 21, 2026, adds information and pictures regarding a trade-in item: a 2002 John Deere 1435 mower with approximately 850 hours. This amendment does not alter proposal deadlines or evaluation factors for the primary opportunity.

Contact Information

For inquiries, contact Nicole Johnson at nicole_c_johnson@fws.gov or 480-389-6343.

People

Points of Contact

Files

Files

Download
Download

Versions

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