Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2025 SAM #8689
MODIFICATION

24 -- Low-profile utility tractor with a three-point hitch / PTO capability and loader

Notice Date
9/8/2025 8:09:22 AM
 
Notice Type
Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
W07V ENDIST ST PAUL SAINT PAUL MN 55101-1323 USA
 
ZIP Code
55101-1323
 
Solicitation Number
W912ES25QA075
 
Response Due
9/22/2025 8:00:00 AM
 
Archive Date
10/07/2025
 
Point of Contact
Scott E. Hendrix, Kenneth Eshom
 
E-Mail Address
Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil
(Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers (USACE), St. Paul District has a requirement for a contractor to provide a low-profile utility tractor with a three-point hitch / PTO capability and loader. This procurement will include delivery to the Lac Qui Parle Project office located in Watson, Minnesota. The North American Industry Classification System (NAICS) code for this project is 333120, Construction Machine Manufacturing with a size standard of 1,250 employees. The resulting contract shall be a Firm, Fixed-Price contract. The solicitation is a Total Small Business set-aside. The solicitation is a request for quote (RFQ). The following is a brief description of the product specifications. They are further defined in the solicitation. Tractor Specifications Rated Engine Power: Minimum 100 HPPTO: minimum 540 RPM PTO Horsepower: minimum 45 HP 3 Point Linkage � Category 2 Remote Hydraulic Ports: Minimum 2 ports Cab: Hard Enclosed Cabin with Heater & Air Conditioning Drive Type: Mechanical Front Wheel Drive Cab Height: Maximum of 100� Engine Block Heater Attachment Specifications Loader: 1,800 lb minimum lift capacity Hydraulics- 3rd function Hydraulics Loader Lift Height: 109� minimum Material Bucket: 1 x bucket (quick detach) - minimum width 72� No CD's or hard copies of the solicitation will be available. Offerors are responsible for checking the Contract Opportunities website (https://sam.gov/content/opportunities) for any update(s) to the solicitation. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. There is no �Plan Holder List� for this project. The interested vendors list is listed as part of the solicitation posting on the Contract Opportunities website. In order to view this list, vendors will need to sign into their SAM account. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM). All Offerors must be registered in SAM prior to receiving an award, have an active SAM account, and have the Representations and Certifications (FAR and DFARS) sections completed prior to award. Registration instructions may be obtained, and online registration may be accomplished, at https://sam.gov/content/entity-landing. As required by 15 U.S.C. 644(w), the Corps of Engineers� policy and procedures, as well as past performance information, in regard to definitization of requests for equitable adjustments is found at https://www.usace.army.mil/Business-With-Us/Partnering.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e2cde5c1c5c3484cbf6fc7559f444e13/view)
 
Place of Performance
Address: Watson, MN 56295, USA
Zip Code: 56295
Country: USA
 
Record
SN07581300-F 20250910/250908230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.