Federal Contract Opportunity

Last Updated on 25 Jun 2025 at 4 PM
Sources Sought
Yuma Arizona

38--HEAVY EQUIPMENT - MASTICATOR

Details

Solicitation ID 140R3025Q0072
Posted Date 25 Jun 2025 at 4 PM
Response Date 10 Jul 2025 at 7 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Lower Colorado Regional Office
Agency Department Of Interior The
Location Yuma Arizona United states

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Cdw Government Limited Liability Company

Herndon Vernon hills Chicago

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Sign up to access Documents

Signup now
This is a Sources Sought announcement for acquisition planning purposes and no formal solicitation for this requirement exists at this time. All businesses, regardless of size; capable of providing these services are invited to respond to this announcement and submit a capability statement for consideration. Capability statements received will be reviewed to determine a firm¿s previous experience performing similar work. The capability statements will be reviewed and used to determine an appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited.

Requirement
The Bureau of Reclamation MSCP has a requirement for Heavy equipment masticator FAE PT550 or similar for clearing, mulching and tilling sites. FAE PT550 Tracked Carrier or equal masticator with the following additional options and salient characteristics:

Performance Requirements:
Shall have a minimum operating weight of 45,000 pounds.
Shall come equipped with a multitask mulcher head type, capable of tilling, mulching, and grinding.
Mulcher head attachment shall have a minimum working width of 100 inches.
Mulcher head attachment shall be capable of shredding trees up to 18 inches in diameter.
Mulcher head attachment shall be capable of tilling up to 16 inches deep
Shall come with one (1) complete set of replacement multitask mulcher teeth.
Operator training shall be included.
Must have available service shop, maintenance shop and parts within 100 miles of Yuma, Arizona
Shall come with two (2) hard copies of operators, parts, service, and repair manuals, and one (1) electronic version of each.

Engine:
Shall have a minimum horsepower of 500 hp
Shall meet U.S. EPA Tier 4 standards
Engine shall be 6-cylinder diesel engine
Shall be equipped with air filtration with heavy-duty ejector
Engine displacement shall be no less than 12 liters
Shall include an ether starting aid and shall meter injection automatically

Dimensions:
Overall track width shall be a minimum of 109 inches (with 32-inch track pads).
Shall have a maximum transport length of 350 inches.

Cooling system:
Engine shall be equipped with a fan that automatically adjusts fan speed to meet cooling requirements
Fan shall be equipped to automatically reverse and have time intervals that can be set by operator
Shall be equipped with a rear access fan door

Power Train:
Shall be equipped with hydrostatic transmission
Equipped with oscillating undercarriage
Shall have a minimum of 32 inch wide, single-grouser steel track pads

Hydraulic System:
Shall have a sight gauge for checking reservoir fluid
Tank shall have a minimum capacity of 100 gallons
System pressure shall be no less than 5000 psi
Hydraulic cooler with anti-clog fins, capable of cooling in high ambient temperatures

Electrical:
System shall be 24 volts
Shall be equipped with a 130-amp minimum alternator
Cab shall be equipped with a 10 amp, 24-to-12-volt converter
Shall be equipped with a 110/120-volt block heater
Shall be equipped with warning lights for the following: engine oil pressure, engine coolant temperature, low alternator voltage, turn signals, high beams, engine air filter restriction, cruise control
Shall be equipped with back up lights
Shall be equipped with back up alarm
Shall be equipped with LED lights
Shall be equipped with a master shut-off switch

Cab:
Shall be equipped with a AM/FM radio with Bluetooth, Auxiliary and Weather Band
Shall be equipped with touch screen LCD display
Shall be equipped with a sun visor and rear sunshade
Shall be equipped with tinted windows
Shall be equipped with an air ride seat
Shall be equipped with air window cleaning system
Shall be equipped with climate control both air conditioned and heated.
Shall be equipped with cabin dust filtration

Additional:
Shall have the capabilities to mulch, grind, and till soil.
Shall be equipped with a 13-t traction winch
Shall be equipped with front cabin grille
Fuel tank capacity shall be no less than 150 gallons

The North American Industry Classification System (NAICS) Code for this acquisition 333924 Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing. The small business size standard for NAICS Code 333924 is 900 employees.

Delivery for this item is October 1, 2025

FOB Destination:
Yuma Area Office
7301 S Calle Agua Salada
Yuma, AZ 85364

Interested firms must submit the following information:
1. Name and address of Firm
2. Phone number
3. Email Address
4. Unique Identifier Number (formerly DUNS)
5. Size status/SBA certifications (Small business, Women Owned Small Business, HUBZone, Service-Disabled Veteran Owned Small Business, other)
6. Statement as whether the firm manufactures the end product or not.
7. Identify if the product is American made or not.
8. Please explain how you would provide proper repair maintenance, service, and parts within 100 miles of Yuma, AZ.
9. Capability Statement (not to exceed 10 pages). A brief summary of capabilities to include demonstration of the company¿s ability to provide the Masticator and all attachments required by the time frame stated. Previous procurements performed of similar size and complexity to include reference with point of contact information. Customary lead times for these types of items. Any known or foreseeable issues with manufacturing these types of items.

All responses must be submitted via email no later than 12:00 Noon Pacific Time, July 10, 2025. Email address: [email protected]. Include the reference number (140R3025Q0072) in the subject line. All questions concerning the sources sought announcement should be directed to Ebonie Foskey-Anderson by email at [email protected]. No phone calls please.
When it is determined that a formal solicitation will be issued, a combined synopsis/solicitation will be posted on Contract Opportunities at sam.gov web site at http://sam.gov/.

Similar Opportunities

Sacramento California 08 Jul 2025 at 9 PM
Location Unknown 07 Jul 2025 at 4 AM
Location Unknown 07 Jul 2025 at 9 PM
New york New york 08 Jul 2025 at 8 PM
Albany Georgia 07 Jul 2025 at 4 AM

Similar Awards

Location Unknown 11 Mar 2011 at 6 PM
Location Unknown 30 Apr 2018 at 7 PM
Location Unknown 28 Feb 2018 at 12 AM
Location Unknown 16 Aug 2019 at 8 PM
Location Unknown 30 Apr 2018 at 8 PM