UTTR Heavy Equipment and Rock Truck Lease
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 Department of the Air Force, specifically Hill Air Force Base, is soliciting proposals for a Heavy Equipment and Rock Truck Lease for the Utah Test and Training Range (UTTR) Detachment 1 Dugway Operations in Dugway, UT. This is a Total Small Business Set-Aside for a single-award, firm-fixed-price Blanket Purchase Agreement (BPA). The opportunity has an estimated value of $40 million. Proposals are due January 30, 2026, at 5:00 PM MST.
Scope of Work
The contractor will provide various heavy equipment and rock trucks on a lease basis for heavy construction work and mission preparation at UTTR/DET1. Key responsibilities include delivering requested equipment, and being solely responsible for all required repair, service, or replacement of equipment at the site. Equipment may be leased individually or in multiples via call orders. Performance standards require all equipment functionalities and safety items to be operable, with a service technician available for diagnostics within one business day and repair/replacement within three business days.
Equipment Requirements
The solicitation details extensive equipment specifications, including:
- Types: Wheel Loaders, Track Dozers, Backhoes, Skid-steers, Cranes, Water Trucks, Bucket Trucks, Rollers, Sweepers, various Dump Trucks and Trailers, Man Lifts, Semi Trucks, Telehandlers, and Excavators.
- Specifications: Strict age and hour limitations, specific makes/models or equivalents, operational capabilities (e.g., horsepower, capacity, reach), and required features (e.g., enclosed cabs with HVAC, specific attachments, spare tires).
Contract Details
- Contract Type: Firm Fixed Price Blanket Purchase Agreement (BPA)
- Period of Performance: Projected March 2, 2026 - March 1, 2031 (5-year ordering period). Individual call orders will have a minimum lease term of 4 weeks and a maximum of 52 weeks.
- Estimated Value: USD 40,000,000.00
- Set-Aside: Total Small Business Set-Aside (100%)
- NAICS Code: 532412 (Construction, Mining and Forestry Machinery and Equipment Rental and Leasing)
- Size Standard: $40 million
- Product Service Code (PSC): W038
Submission & Evaluation
- Solicitation Number: FA820125R0014
- Offer Due Date: January 30, 2026, 5:00 PM MST
- Submission Method: Email to the Contract Specialist and Contracting Officer.
- Requirements: Offerors must complete all Contract Line Items (CLINs), including option CLINs, on the attached Standard Form (SF) 1449. Omitted prices may result in a non-responsive quote. Technical descriptions and product literature for offered items are required.
- Evaluation: Award will be based on a best value approach.
Special Requirements & Notes
- Wage Determination: Compliance with Wage Determination 2015-5489 Revision 28 is mandatory for service employee compensation.
- Security: U.S. citizenship, background checks, and valid government-issued IDs are required for installation access. No cameras, guns, or weapons are allowed on site.
- Amendments: Multiple amendments have been issued, notably extending the due date and modifying line item quantities and units of measure from 'Each' to 'Months'. This is an all-or-nothing, single-award opportunity.