W--FL-LWR SUWANNEE NWR-HEAVY EQUIP RENTAL
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 U.S. Fish and Wildlife Service (FWS), under the Department of the Interior, is soliciting proposals for heavy equipment rental services for forestry mulching and land clearing operations at the Lower Suwannee National Wildlife Refuge, FL. This is a Small Business set-aside combined synopsis/solicitation. Proposals are due by May 7, 2026.
Scope of Work
The contractor will provide, deliver, maintain, and support heavy equipment, including:
- Two (2) 30-ton class excavators (e.g., CAT 336/340 or HX350) with mulching heads (Fecon Bull Hog BH62EXC-2V or equivalent, ~50-inch width). Excavators must have 1,500 operating hours or less at delivery, and evidence of hours (photo) is required. A dedicated power pack is optional and will not be evaluated.
- Two (2) high-flow skid steers/CTLs (approx. 110 HP, 40 GPM) capable of operating mulching heads for 6-inch material, with less than 500 operating hours at delivery. Specialized mulching machinery with equivalent capabilities may be substituted.
- At least one diesel fuel trailer, highway transportable without HazMat certification. This can be two (2) 500-gallon trailers or one approx. 950-gallon capacity trailer with an integrated DEF system.
- An Equipment Rental Protection package is required for all equipment.
The contractor is responsible for preventive maintenance, mulcher head tooth service (every 300 hours), repairs, parts, labor, and ensuring safety equipment is functional. A minimum uptime standard and a 3-calendar day breakdown response are required. In the event of a hurricane, the contractor must pick up excavators and skid steers for storage and return them afterward, with normal rental rates applying.
Contract & Timeline
- Contract Type: Firm Fixed Price Commercial Services Contract.
- Period of Performance: May 18, 2026, to October 23, 2026, with four additional one-week term options.
- NAICS Code: 532412, with a size standard of $40 million.
- Set-Aside: Small Business.
- Proposal Due: May 7, 2026, at 8:00 PM ET.
- Published: May 5, 2026.
Submission & Evaluation
Quotations must be submitted electronically via email to Robert_sung@fws.gov with "140F0S26Q0023" in the subject line. The submission should include:
- Non-price section: Organized by evaluation factor, including a written acknowledgement of equipment availability, a hurricane pick-up plan, and a narrative detailing the proposed equipment and rental protection package.
- Price section: Completed Standard Form 1449 and a price schedule with unit prices and extended totals, covering all costs.
Award will be made to the responsible offeror whose proposal is most advantageous, considering Technical Acceptability (including past performance) and Price. Technical Acceptability and Past Performance are approximately equal to cost or price; tradeoffs are not permitted.
Additional Notes
The contract incorporates numerous FAR clauses. Electronic invoicing via the Invoice Processing Platform (IPP) is required. Questions are due 3 days prior to the closing date.