USDA Forest Service Law Enforcement & Investigation WO R13 SR2 Snowmobile (9)
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 has awarded a Firm Fixed-Price contract to Vickery Motorsports for the procurement of nine Polaris 850 PRO RMK snowmobiles, valued at $142,200.00. This award, under RFQ 12318726Q0031, was a Total Small Business Set-Aside and was made on a Lowest Price Technically Acceptable (LPTA) basis.
Scope of Work
This contract covers the acquisition and delivery of nine (9) Polaris 850 PRO RMK snowmobiles, model year 2025 or 2026. These vehicles are intended for the USDA Forest Service Washington Office Law Enforcement Region 13 Subregion 2, for use on all types of forest terrain. All labor, parts, and products installed must meet manufacturer's specifications, including any necessary non-OEM aftermarket items. Detailed specifications for the snowmobiles, including engine, dimensions, suspension, and track type, were outlined in the Statement of Work.
Contract Details
- Awardee: Vickery Motorsports
- Type: Firm Fixed-Price Purchase Order
- Value: $142,200.00
- Set-Aside: Total Small Business
- Award Date: The award notice was posted on February 18, 2026.
- Delivery: Required within 60 days after the award date. Delivery is preferred at the vendor's location within 50 miles of Lakewood, CO, or to the Rocky Mountain Interagency Support Cache, 1 Denver Federal Center Door N-27, Lakewood, CO 80225-0507.
Evaluation
The award was made to the offeror representing the best value to the Government, utilizing a Lowest Price Technically Acceptable (LPTA) methodology. Twelve offers were received in response to the solicitation. All technical proposals were evaluated to ensure they met government expectations and salient characteristics. The final award was granted to the vendor with the lowest pricing among the technically acceptable offers.
Additional Notes
The original solicitation, RFQ 12318726Q0031, was issued by the USDA Forest Service, Washington Office Law Enforcement.