Sources Sought Announcement
DK Boom Spray Rig for Flatbed Truck
Lake Tschida, Elgin, North Dakota
General Information
Contract Opportunity Type: Sources Sought (Original)
All Dates/Times are: (UTC-7:00) Mountain Standard Time (MST)
Classification
Responses Due: 12/19/2025, 3:00 PM MST
Product Service Code (PSC): 3740 Pest, Disease, and Frost Control Equipment
North American Industry Classification System (NAICS) Code: 333111 Farm Machinery and Equipment Manufacturing
Small business Size Standard: 1,250 employees
Description
This is a Sources Sought announcement for DK Boom Spray Rig for Flatbed Truck located east of Lake Tschida on North Dakota Highway 49 (ND-49), approximately 15 miles north of Elgin, North Dakota, in Grant County. This announcement is being used for market research and advanced planning purposes. Proposals/quote are not requested and will not be accepted from this Sources Sought notice. THIS IS NOT A SOLICITATION FOR PROPOSALS/QUOTES AND A CONTRACT WILL NOT BE AWARDED AS A RESULT OF THIS NOTICE.
The Bureau of Reclamation, Missouri Basin Regional Office, Billings, Montana, has a requirement for the supply and installation of a boom spray rig tender system on a skid. The current boom spray rig system is used by the Dakotas Area Office (DKAO) to mitigate noxious weeds in the Lake Tschida area. The current system is 31 years old and is attached to a 2011 Dodge Ram 3500 flatbed truck. This truck is considered Government-Furnished Property (GFP). The intent of this requirement is to purchase a new boom spray rig system on a skid, remove and dispose of the existing system from the GFP, and install the new system onto the GFP. All components must be herbicide chemical resistant. The vendor shall provide all necessary labor, equipment, parts, and materials for this requirement. The vendor must be within 300 miles of Elgin, North Dakota for service maintenance. Salient Characteristics minimums include:
I. Purchase of a Boom Spray Rig System on a Skid
a. 45 foot 3-Point hydraulic folding boom sprayer
i. 20 inch nozzle spaces on center
ii. Drip free nozzles
b. TeeJet 144P Direct electric control valve 12v 30 watts (or equivalent)
c. TeeJet QJ 312-500 Check Valve Nozzle Body Tee (or equivalent)
d. TeeJet 244 C 3/4 electrical regulating valve (or equivalent)
e. Pump Diaphragm/Centrifugal
i. Permanent magnet motor PSGAN27 (or equivalent)
ii. TeeJet AA126 Strainer 200 psi (or equivalent)
iii. Gas 5.5 HP Honda GX160 (or equivalent)
iv. Dry pressure regulator
f. TeeJet 744E-5 5-section control (or equivalent)
i. Automatic
ii. Ball control
g. 300-gallon UV resistant tank with drain
h. 200-foot 1/2 inch diameter hose
i. Manual hose reel
j. Adjustable pattern spray wand
k. Skid must fit on a 92 inch x 114 inch utility truck bed
i. Welded steel frame
l. Standard industry commercial warranties
II. Installation of New System onto Existing 2011 Dodge Ram 3500 Flatbed Truck
a. Removal and disposal of old spray system from GFP
i. Vendor can dispose of components how they see fit
b. Installation of purchased spray system onto GFP
i. Electrical
ii. Hydraulic
iii. Plumbing
iv. Secure skid mount and boom spray to truck
v. PTO systems
III. Verification and Testing
a. Before delivery, an appointment for inspection will be necessary by contacting the delivery point of contract (provided at time of award).
b. The Contractor shall ensure all components are functioning properly. The boom spray rig system and GFP shall be completely ready for field operations.
IV. Photos of current system
See "Sources Sought Attachment-DK Boom Spray Rig" in the Attachment(s) section below.
Delivery
After award, the GFP will be delivered to the vendor by field crew personnel within 300 miles 5680 ND-49, Elgin, North Dakota 58533. The anticipated delivery date for this action is 90 calendar days after receipt of award.
Sources Sought
The Government is seeking responses and capability statements from interested small businesses, small disadvantages businesses (including 8(a)), women-owned small businesses, HUBZone small businesses, service-disabled veteran-owned small businesses, and Indian Small Business Economic Enterprises, who have the resources necessary to successfully supply and deliver this requirement. This procurement shall be awarded using Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Products and Commercial Services. The NAICS code for this action is 333111, Farm Machinery and Equipment Manufacturing, with a small business size standard of 1,250 employees.
It is anticipated the proposed award will result in a Firm-Fixed-Price contract, to one (1) contractor.
All responsible sources that believe they have the capability to meet this requirement shall submit a capability statement along with their business profile to the Contract Specialist and Contracting Officer at soakes@usbr.gov and camaurer@usbr.gov by 3:00 PM MST, December 19, 2025, which shall be considered by the agency. Any information received will be treated as market research information for future same or similar requirements.
For record keeping purposes, telephonic inquiries will not be accepted.
The Government will not reimburse any costs associated with responding to this Sources Sought Notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not be bound to this information if a solicitation is issued. A determination by the Government not to compete this proposed contract action, based on the results of this notice, is at the discretion of the Government.
SYSTEM FOR AWARD MANAGEMENT (SAM)
Effective October 2018, all contractors interested in doing business with the Federal Government must be registered in the System for Award Management (SAM) database at the time they submit their offer. SAM registration and annual confirmation requirements must be accomplished through the SAM website at https://sam.gov/. For assistance with registering in SAM, contact the Federal Services Desk at 1-866-606-8220.
Note: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.