Skid Steer Cab Repair
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 proposals for Skid Steer Cab Repair for a damaged 2023 Caterpillar 299D3XE. This is a Small Business Set-Aside opportunity, with award based on Lowest Price Technically Acceptable (LPTA). Proposals are due by February 20, 2026, 4:00 PM Eastern.
Purpose & Scope
The purpose of this solicitation is to repair a damaged 2023 Caterpillar 299D3XE skid steer, which is integral to the USDA Forest Service's fleet for emergency fire line and timber production at the Shawnee National Forest in Illinois. The objective is to return the unit to fully operational status.
The Scope of Work involves removing and replacing all cab, electrical, and cooling system components damaged from an incident where a tree fell on the skid steer. The unit must be stored indoors before repair to protect non-sealed components. All repaired electrical and mechanical systems must be thoroughly tested and operational before return to service. An itemized receipt of all replaced components must accompany the machine upon pick-up.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) contract.
- Solicitation Number: 1244452600007.
- Product/Service Code (PSC): J023 (Maintenance, Repair And Rebuilding Of Equipment: Ground Effect Vehicles, Motor Vehicles, Trailers, And Cycles).
- NAICS Code: 811198 with a $10 million size standard.
- Set-Aside: Small Business Set-Aside.
- Period of Performance: Services are required within 60 calendar days after contract award.
- Place of Performance: The government-owned asset is currently located in Oakwood Bottoms Wetland, Illinois.
Submission & Evaluation
- Submission Deadline: Offers must be delivered via email to lawrence.jackson@usda.gov by February 20, 2026, 4:00 PM Eastern.
- Questions Deadline: Questions regarding the solicitation are due by February 17, 2026, 4:00 PM Eastern, to the same email address.
- Evaluation Criteria: Award will be made to the offeror representing the best value to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach for a service contract.
- Technical Acceptability: Offerors must provide a detailed explanation of their ability to perform the required services, specifically addressing sections of the Statement of Work (Attachment A). Simple capability statements are insufficient.
- Pricing: Contractors must submit pricing for all items as requested in Attachment B - Schedule of Items. The total price evaluation will include the base period, all option periods, and a potential six-month extension under FAR 52.217-8.
- Past Performance: The government will evaluate past performance using references, USDA contract history, and sources like CPARS.
- Eligibility: Offerors must have an active entity registration in the System for Award Management (SAM).
- Wage Determination: Attachment C, a Wage Determination under the Service Contract Act, applies. Bidders must ensure their proposed wages and benefits meet or exceed these requirements for all covered employees in the specified Illinois counties.
- Invoicing: Invoices must be submitted electronically via the Invoice Processing Platform (IPP) at https://www.ipp.gov. Registration is mandatory.
- Site Visit: Offerors are urged to inspect the site (FAR 52.237-1 Site Visits).
Contact Information
For inquiries, contact Lawrence Jackson at lawrence.jackson@usda.gov or 7712101659.