Skid Steer for Kasitsna Bay Laboratory in AK
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 National Oceanic and Atmospheric Administration (NOAA), under the Department of Commerce, has issued a solicitation for one Skid Steer Loader for the Kasitsna Bay Laboratory in Seldovia, AK. This is a Total Small Business Set-Aside opportunity. The skid steer is required for daily operations including materials movement, snow removal, earth moving, and heavy lifting. Quotations are due by March 16, 2026, at 1800 EST.
Scope of Work
This solicitation requires the provision of one Skid Steer Wheeled loader meeting specific technical specifications. Key requirements include:
- Minimum 70hp Diesel Engine Output.
- Maximum Operating Capacity of 2,750lbs and Operating Weight of 8,200lbs.
- Maximum Tipping Load of 5,500lbs.
- Selectable Joystick Controls (SJC), High-Flow Hydraulics, and Four Wheel Drive.
- Minimum Fuel Tank of 20.0 Gallons.
- Safety features such as Reverse Motion Alarm and Safety Back-Up Camera.
- Enclosed Cab with Heating & Air Conditioning, Adjustable Suspension Seat, and Automatically Activated Glow Plugs.
- Overall dimensions: Maximum 140" Length, Maximum 74" Width.
- Included attachments: Maximum 4k Heavy Duty Pallet Fork Frame and 48" Teeth, Minimum 72" Snow Blower, Maximum 80" Bolt-On Cutting Edge, and Maximum 80" Heavy Duty Bucket.
Contract Details
- Contract Type: Firm-fixed-price purchase order.
- Delivery: FOB Destination to Kasitsna Bay Laboratory, Seldovia, AK 99663. Vendors must provide lead time with their quote.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) under NAICS code 333924 with a size standard of 900 employees.
- Published Date: March 9, 2026.
Submission & Evaluation
- Quotations Due: March 16, 2026, by 1800 EST.
- Questions Due: March 12, 2026.
- Submission Method: Quotations must be submitted in PDF or Microsoft Word format via email to kyle.lawrence@noaa.gov.
- Required Documents: Offerors must include signed SF1449 and SF30(s) if applicable.
- Evaluation Criteria: Award will be based on Technical Acceptability (including specification sheets) and Price.
- Award Basis: The award will be made to the lowest priced, technically acceptable offeror.
- Quote Validity: Quotes must be valid for a minimum of 60 days.
- Eligibility: Offerors must have an active registration in the System for Award Management (SAM) and provide their UEID/CAGE CODE.
Additional Notes
This solicitation incorporates provisions and clauses by reference, accessible at https://www.acquisition.gov/far-overhaul. Contract administration will utilize the FedConnect® web portal.