USDA Forest Service Helitack Support Trailer
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 Quotations (RFQ) for a dual-axle towable trailer to support Wildfire and Helitack Operations for the Helena – Lewis & Clark National Forest. This opportunity is a Total Small Business Set-Aside. Quotes are due March 11, 2026.
Scope of Work
The requirement is for one (1) commercially available, dual-axle bumper pull trailer with manufacturer options, designed to transport and store Helitack-specific equipment and supplies. Key specifications include:
- Type: Flat Top, V Nose, 20'-22' length (excluding tongue), minimum 7'0" interior height, 8'-8.5' standard width.
- Interior: Two rooms divided by a finished, insulated wall with a centered pass-through door (6'-8' from the rear wall).
- Flooring: Wear-resistant, E-Track cargo system rated, with undercoating.
- Weight: Gross Vehicle Weight Rating (GVWR) between 12,000 lbs and 14,001 lbs.
- Doors: Passenger side entrance door, "Ramp style" rear door with 12" extension.
- Power: Minimum five (5) 110-volt outlets in the office area.
- Office Area: Wrap-around desk, Heat and A/C unit, binder-sized cabinets.
- Exterior: RV-style awning over the passenger side door.
- Note: Custom elements and drawings (Attachment 3) have been removed by Amendment 0001.
Contract Details
- Type: Request for Quotation (RFQ), Combined Synopsis/Solicitation.
- Anticipated Award: One Purchase Order.
- Delivery: No later than 120 days After Receipt of Order (ARO). Early deliveries accepted.
- FOB Destination: Helena, MT 59601.
- NAICS: 336212 (Motor Home Manufacturing), Small Business Size Standard: 1,000 employees.
Submission & Evaluation
- Submission: Quotes must include a technical proposal (detailed trailer specifications) and a price proposal (completed Schedule of Items). Submit via email to joanne.meiers@usda.gov as two separate attachments (Word, Excel, or PDF).
- Eligibility: Contractors must have an active entity registration in SAM.gov. Pricing must be submitted for all items.
- Evaluation: Award will be made to the offeror representing the best value to the Government. Evaluation is based on Price (fair and reasonable) and Technical Acceptability. The lowest priced technically acceptable quote will be considered first. Past Performance may also be considered.
Key Dates & Contact
- Questions Due: March 4, 2026, 5:00 PM Mountain Time.
- Quotes Due: March 11, 2026, 23:00 UTC (5:00 PM MT).
- Contact: JoAnne Meiers (joanne.meiers@usda.gov).
Additional Notes
This solicitation incorporates numerous FAR and AGAR clauses by reference, including specific requirements related to Anti-Discrimination and Diversity, Equity, and Inclusion (DEI) Compliance (452.203-71). Offerors must acknowledge receipt of Amendment 0001.