Flatbed purchase and installation for the Sawtooth National Forest

SOL #: 1240LP26Q0073Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA-FS, CSA INTERMOUNTAIN 4
Ogden, UT, 844012310, United States

Place of Performance

Jerome, ID

NAICS

Motor Vehicle Body Manufacturing (336211)

PSC

Modification Of Equipment: Ground Effect Vehicles, Motor Vehicles, Trailers, And Cycles (K023)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 8, 2026
2
Submission Deadline
May 18, 2026, 9:00 PM

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 for the purchase and installation of a custom steel hybrid utility flatbed for a 2026 Ford F-550. This Total Small Business Set-Aside opportunity is for the Sawtooth National Forest in Jerome, Idaho. The acquisition is issued as a Request for Quotation (RFQ) and is due by May 18, 2026, at 3:00 PM Mountain Time.

Scope of Work

The requirement involves the purchase and installation of an 84-inch utility truck flatbed onto an agency-owned 2026 Ford F-550 (extended cab, 4x4, Diesel, Dual Rear wheels) with an 84-inch cab-to-chassis length. The flatbed must be a steel hybrid design with low-profile, side-mounted, water-resistant compartments and allow for a "gooseneck" trailer attachment. It must accommodate a government-provided auxiliary 2-compartment fuel tank. The vendor is responsible for towing the agency vehicle if located beyond 250 road miles of Jerome, Idaho.

Contract & Timeline

  • Contract Type: Request for Quotation (RFQ), anticipated Firm Fixed-Price.
  • Set-Aside: Total Small Business Set-Aside (NAICS 336211, 1,000-employee size standard).
  • Period of Performance: Installation to be completed within 60 days after contract award.
  • Offer Due Date: May 18, 2026, by 3:00 PM Mountain Time.
  • Questions Due Date: May 13, 2026, by 12:00 PM Mountain Time.
  • Place of Performance: Installation at the vendor's facility, with the vehicle delivered by the Sawtooth National Forest if within 250 road miles of Jerome, ID.

Submission & Evaluation

Offerors must submit a complete package via email to Tina.Frankenbery@usda.gov, including:

  • A signed SF1449 (blocks 17 and 30a-c completed).
  • A completed Schedule of Items (from Attachment 1).
  • A Technical Capability Statement detailing equipment, personnel, timeline, and literature demonstrating compliance with minimum specifications.

Evaluation will be based on Lowest Price Technically Acceptable (LPTA), assessing both the technical approach and the fairness and reasonableness of the price.

Eligibility & Notes

  • Offerors must have an active registration in SAM.gov.
  • The Service Contract Labor Standards and Wage Determination No. 2015-5859, Revision No. 19 (for Jerome and Twin Falls Counties, ID) apply.
  • Offerors must hold prices for 90 calendar days from the offer receipt date.
  • Contact Tina Frankenbery at Tina.Frankenbery@usda.gov for inquiries.

People

Points of Contact

Tina FrankenberyPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 8, 2026
Flatbed purchase and installation for the Sawtooth National Forest | GovScope