Repair of John Deere 700J LGP Dozer
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. Department of Agriculture, Forest Service is soliciting quotations for the repair of a John Deere 700J LGP Dozer, specifically the replacement of its left side final drive. This is a combined synopsis/solicitation issued as a Request for Quotation (RFQ) under solicitation number 12444226Q0007. Quotations are due by April 6, 2026, at 5:00 PM CT.
Scope of Work
The primary objective is to replace the left side final drive on a John Deere 700J LGP Fire Suppression Dozer (serial number T0700JX131341). This includes all associated mounting hardware, parts, and labor, performed according to manufacturer specifications. The dozer is currently operable, and repairs can be performed off-site. The equipment is located at 500 Salem Rd., Richton, MS 39476.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Product Service Code: J024 (Maintenance, Repair And Rebuilding Of Equipment: Tractors)
- NAICS: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) with a $12.5M size standard.
- Set-Aside: Unrestricted (Full and Open Competition)
- Period of Performance: May 1, 2026, to August 31, 2026.
- Delivery: 30 Days After Award.
- Offer Due Date: April 6, 2026, at 5:00 PM CT.
- Questions Due: April 1, 2026, at 5:00 PM CT.
Evaluation
Award will be based on the Lowest Price Technically Acceptable (LPTA) criteria. Technical acceptability will be rated as "acceptable" or "unacceptable," and Past Performance will be evaluated as "Acceptable," "Neutral," or "Unacceptable."
Key Clarifications & Notes
- Only OEM final drives are acceptable; rebuilt or aftermarket units are not permitted. The existing final drive will be returned to the vendor as a core.
- A Wage Determination (No. 2015-5151, Revision No. 29) for Forrest and Perry Counties, MS, is included, detailing minimum hourly wage rates and fringe benefits for various occupations under the Service Contract Act. Bidders must consult this to accurately calculate labor costs.
- For site visits to view the dozer, contact Ryan Barnett at 601-383-5373 or 601-410-0985 beforehand.
- All questions must be submitted via email to John Camacho at john.camacho@usda.gov.