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)
Original Source
Timeline
1
Posted
Jan 14, 2026
2
Last Updated
Feb 24, 2026
3
Submission Deadline
Feb 2, 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), DC Booth Historic National Fish Hatchery (HNFH) in Spearfish, SD, is soliciting quotes for a Small Articulated Loader (Bobcat L28 or equal) with a 52-inch angle broom attachment. This is a Total Small Business Set-Aside with a Non-Manufacturer Rule Waiver. Quotes are due Monday, February 2, 2026, at 1700 EST.
Scope of Work
The requirement is for a new Small Articulated Loader that meets or exceeds detailed salient characteristics, including:
- Engine: Minimum 24.8 HP Tier 4 diesel.
- Lift Capability: Minimum 1,200 lbs articulated, 1,500 lbs straight; telescopic lift arm with 24-inch extension; max hinge pin height of 104 inches.
- Hydraulic System: 9-19 GPM auxiliary flow; ~2,900 psi relief pressure.
- Dimensions: Max width 50 inches; turning radius ≤ 80 inches; ground clearance ≥ 5 inches.
- Traction & Drive: Four-wheel drive or hydrostatic; minimum 8 ply turf tires.
- Safety & Features: ROPS/FOPS compliant, integrated interlock, backup alarm/horn, enclosed heated cab with wiper/washer, LED work lights, quick-attach system, and instrumentation.
- Warranty: Minimum 1-year full machine warranty.
- Attachments: A fully compatible 52-inch angle broom attachment, including all necessary installation accessories, hydraulic components, and control kits.
Contract & Timeline
- Contract Type: Firm-fixed-price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5), with a Non-Manufacturer Rule Waiver.
- NAICS Code: 333111 (Tractors, Wheeled); Size Standard: 1,250 employees.
- Period of Performance: Anticipated 45 days from award (approximately February 13, 2026, to March 30, 2026).
- Quote Due: Monday, February 2, 2026, at 1700 EST.
- Published Date: January 27, 2026.
Submission & Evaluation
- Submission Instructions: Quotes must be submitted via email to nicole_c_johnson@fws.gov. Submissions should be on company letterhead or the provided pricing form and 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. Offerors proposing an "equal" product must provide sufficient documentation to demonstrate compliance with all salient characteristics.
- Delivery & Installation: Prices must be FOB Destination to DC Booth National Fish Hatchery, 423 Hatchery Circle, Spearfish, SD 57783. Installation is required and must be included in the quoted price, with the contractor responsible for all labor and parts.
- Trade-in: A 2002 John Deere 1435 mower (approx. 850 hours) is available for trade-in.
Contact Information
- Primary Contact: Nicole Johnson (nicole_c_johnson@fws.gov, 480-389-6343).
People
Points of Contact
Johnson, NicolePRIMARY