J--OFO I622616 VEHICLE REPAIR
ID: 140L4025Q0025Type: Solicitation
AwardedJul 17, 2025
$13K$13,044
AwardeeMadison Worldwide Advertising, LLC 2313 S 17TH ST PHILADELPHIA PA 19145 USA
Award #:140L4025P0019
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNEW MEXICO STATE OFFICESANTA FE, NM, 87508, USA

NAICS

General Automotive Repair (811111)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (J023)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Land Management, is soliciting proposals for vehicle repair services for a 2019 Jeep Grand Cherokee, focusing on front-end collision damage assessment and repair. Contractors must ensure compliance with Original Equipment Manufacturer (OEM) specifications and provide a 12-month warranty on parts and labor, with the project performance period set for three months post-award. This procurement is crucial for maintaining the operational readiness and safety of government vehicles, reflecting the agency's commitment to regulatory compliance and effective resource management. Interested small businesses must acknowledge receipt of the solicitation amendments and submit their proposals, including detailed repair plans and pricing, by the specified deadline to be considered for the contract. For further inquiries, potential bidders can contact Lashondra Hubbard at lhubbard@blm.gov or by phone at 520-780-3978.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work for a contractor tasked with assessing and repairing front-end collision damage to a 2019 Jeep Grand Cherokee. The contractor is responsible for providing labor, equipment, and materials to repair or replace damaged components such as the front bumper, grille, and structural elements. The vehicle, currently inoperable and located in Norman, Oklahoma, will need to be towed to the contractor's facility for the necessary work, which includes system realignment and repainting. The contractor must ensure the vehicle is restored to its pre-accident condition and complies with safety standards. All repairs, towing, and delivery are to be completed within four months from the contract award date. This project highlights the government's need for reliable vehicle repair services under public safety and transportation standards.
    The solicitation document (140L4025Q0025) addresses inquiries regarding repairs needed for a Jeep, emphasizing the importance of visual assessments to inform and estimate repair costs. Images of the vehicle are available on SAM.gov to assist potential bidders. An assessment from a qualified body shop is needed to evaluate potential damages to the subframe, as the extent of such damage is currently undetermined. The vehicle was previously involved in a low-speed front-end collision, which raises concerns but does not definitively confirm the severity of the damage. The FAQs underscore the necessity of detailed documentation and visual evidence for accurate pricing and repair plans. This solicitation reinforces the standards expected in federal repair contracts and illustrates the proactive approach in ensuring transparency and thoroughness in government procurement processes, ultimately benefiting the bidding contractors and maintaining the vehicle's operational integrity.
    The document outlines a federal Request for Proposals (RFP) aimed at securing services for the implementation of community-based mental health programs. The main objective is to address the rising mental health challenges through innovative interventions tailored to specific community needs. Key requirements include the provision of appropriate staffing, training, and resource allocation to ensure effective service delivery. Proposals should detail methodologies for outreach, engagement, and program evaluation to measure impact and effectiveness. The RFP also emphasizes collaboration with local stakeholders, including healthcare providers and community organizations, to create a comprehensive support network. The proposed initiatives are expected to align with federal mental health policies and guidelines while fostering inclusivity and accessibility across diverse populations. Overall, this RFP serves as a critical initiative to enhance mental health services at the community level, reflecting the growing recognition of mental health as a vital component of public health. Interested entities are urged to submit their proposals by the specified deadline, adhering to outlined submission protocols and evaluation criteria to ensure transparency and fairness in the selection process.
    The document outlines Amendment 0001 for solicitation number 140L4025Q0025, issued by the Bureau of Land Management (BLM) in Santa Fe, NM, pertaining to vehicle repair services. The amendment specifies that offers must acknowledge receipt of this document in various ways—by including it with each submitted copy, via separate correspondence, or electronically—by a defined deadline. It also details that if changes to submitted offers are necessary, they must reference the solicitation and amendment and be submitted prior to the specified opening date. The primary purpose of the amendment is to include additional vehicle pictures relevant to the contract. It clarifies that while some items of the original solicitation are modified, the fundamental terms and conditions remain unchanged. Overall, this amendment is part of a federal procedure, ensuring transparency and compliance in the contracting process for vehicle repairs under federal oversight.
    The document is an amendment of solicitation number 140L4025Q0025 concerning vehicle repair services. It serves to clarify certain aspects of the offer by providing questions and answers relevant to the solicitation. Respondents must acknowledge receipt of this amendment by one of three specified methods to ensure their offers are considered; failure to do so may lead to rejection. The amendment indicates that all other terms and conditions remain unchanged. Additionally, it highlights regulatory details under the Federal Acquisition Regulation (FAR) regarding contract modifications and emphasizes the importance of timely communication by the contractors. This amendment is particularly focused on ensuring compliance and streamlining the offer process for potential contractors in relation to vehicle repairs for the Bureau of Land Management.
    The document serves as a Request for Proposal (RFP) issued by the Bureau of Land Management for vehicle repair services of a 2019 Jeep Grand Cherokee. The contractor is required to assess and repair front-end collision damage, ensuring compliance with Original Equipment Manufacturer (OEM) specifications and providing a 12-month warranty on parts and labor. The performance period for the project is set at three months from the contract award date. The evaluation criteria prioritize technical capability and price, with awards granted to the most advantageous offer based on a Lowest Price Technically Acceptable (LPTA) basis. Offerors are required to submit comprehensive documentation, including a price schedule and detailed repair breakdowns. The document also outlines various clauses related to federal acquisition regulations, emphasizing the contractor's obligations concerning terms, invoicing, and compliance with labor standards. Overall, this RFP reflects the government's commitment to maintaining vehicle safety and operational readiness while adhering to regulatory requirements.
    Lifecycle
    Similar Opportunities
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    J023--Automotive Truck Repair CMOP Hines (EPS)-765 (765-26-1-715-0003) / (VA-26-00009705)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the repair of a 2008 Ford F-350 truck, specifically addressing a non-functioning air conditioning unit, through its National CMOP Office in Hines, Illinois. Vendors must be certified Ford repair centers, registered with local and state authorities, possess ASE certification, and maintain an active SAM.gov profile in good standing. The repairs are to be conducted within a 30-mile radius of the EPS worksite and completed within 7 days of contract signing, with all costs, including parts and labor, determined at the time of award. Interested vendors must submit their proposals by December 17, 2025, at 2 PM CST, and can direct inquiries to Contracting Specialist Wade Cunningham at wade.cunningham@va.gov or by phone at 913-946-1981.
    Notice of Intent to Sole Source - Specialized Vehicle Repair Services - US Consulate General Guadalajara
    State, Department Of
    The U.S. Department of State, through the American Consulate General in Guadalajara, intends to award a sole source contract for specialized vehicle repair services for an armored BMW vehicle to NUEVA AUTOMOTRIZ OCCIDENTAL, SA de CV. This procurement is being conducted under FAR 6.302-1(a)(2) and is classified under the NAICS code 336390, which pertains to Other Motor Vehicle Parts Manufacturing. The services are critical for maintaining the operational readiness and safety of the consulate's armored vehicle fleet. Interested parties may submit their capabilities and qualifications for future requirements to GDLGSOProcurement@state.gov, as this opportunity does not invite competitive quotations.
    3-Passenger Crossover Utility Vehicle - Acoma-Cañoncito-Laguna (ACL) Indian Health Center - Pueblo of Acoma, NM
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Albuquerque Area Indian Health Service, is seeking quotations for the procurement of one 3-Passenger Crossover Utility Vehicle along with a compatible Snowplow Attachment for the Acoma-Cañoncito-Laguna Indian Health Center in New Mexico. The specific requirements include a John Deere Gator XUV 845M Open from the 2025 model year and a Western Impact Heavy-Duty Straight Blade snowplow, which must include a mounting kit and a cost estimate for shipping. This procurement is essential for maintaining operational efficiency in snow removal and utility transportation, reflecting the government's commitment to supporting Indian Small Business Economic Enterprises (ISBE) under the Buy Indian Act. Interested vendors must submit their quotes via email by March 25, 2025, and direct any questions to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov by March 18, 2025.
    Armored Jeep Products, Spares and Training
    General Services Administration
    The General Services Administration (GSA) is seeking to procure armored Jeep products, spare parts, and associated training services. This procurement is being conducted under a limited sources justification based on the International Agreement and FAR 8.405-6(a)(1)(i)(B), indicating a specialized requirement for these vehicles. The armored Jeeps are critical for ensuring the safety and operational effectiveness of personnel in various government missions. Interested vendors can reach out to Jack Brothers at jack.brothers@gsa.gov or call 817-850-8325 for further details regarding this opportunity.
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    Vehicle Purchasing, Leasing, Transfer, Storage, Disposition, Parts Procurement, and Test Coordination Services
    Transportation, Department Of
    The National Highway Traffic Safety Administration (NHTSA), part of the Department of Transportation, is seeking qualified small businesses to provide comprehensive vehicle procurement, leasing, transfer, storage, disposition, parts procurement, and test coordination services. The contractor will support NHTSA's mission by acquiring vehicles for various crash tests and research initiatives, ensuring timely delivery, and maintaining meticulous records while coordinating with multiple testing laboratories. This effort is crucial for enhancing vehicle safety and reducing economic costs associated with traffic incidents. Interested firms must submit their Corporate Capability Statements to Michelle Shanahan at michelle.shanahan@dot.gov by the deadline of 10 calendar days from the publication date of this notice.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.