38--ND - VLY CITY NFH - Vacuum Excavator (Brand Name o
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 (USFWS), under the Department of the Interior, has issued an Award Notice for a Vacuum Excavator (Brand Name or Equal). This award, made on April 3, 2026, was conducted as a Total Small Business Set-Aside to procure essential earth-moving and excavating equipment for the Valley City National Fish Hatchery.
Scope of Award
The award is for a Vacuum Excavator, specifically a "Ring-O-Matic 350VX HI CFM or equal," designed to meet detailed salient characteristics. Key features include a 350-gallon spoils tank, 100-gallon freshwater tank, CAT Diesel 50 HP Engine, 1,000 CFM positive displacement blower, and a 6.0 GPM, 4000 PSI water pump. The equipment also features a hydraulic full opening rear door, premium silencer package, and a removable 200,000 BTU water heater.
Contract Details
- Type: Firm-Fixed-Price Order
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 333120 (Earth Moving and Excavating Equipment) with a 1,250-employee size standard
- Award Date: April 3, 2026
- Period of Performance: April 1, 2026, to May 29, 2026
- Delivery Expectation: By May 29, 2026
Delivery & Installation
The awarded item is to be delivered FOB Destination to the Valley City National Fish Hatchery, 11515 River Rd, Valley City, ND 58072. The quoted price included installation, with the contractor responsible for all labor and parts. The delivery carrier is solely responsible for unloading. The technical Point of Contact for delivery is Christopher "Chris" Hooley (christopher_hooley@fws.gov, 701-845-3464).
Evaluation Factors (from Solicitation)
The original solicitation evaluated offers based on the ability to meet technical specifications, lead time for delivery after receipt of order, and price. Shorter lead times were considered more advantageous.
Contact Information
The primary contact for the original solicitation was Dana Arnold (dana_arnold@fws.gov, 703-468-8289).