J--Region 4 Heavy Equipment Maintenance and Repair BP
ID: 140F0S25Q0018Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, OVER SAT G/SFalls Church, VA, 22041, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION/MINING/EXCAVATING/HIGHWAY MAINTENANCE EQUIPMENT (J038)
Timeline
    Description

    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment maintenance and repair services across Region 4, which includes states such as Alabama, Florida, and Georgia, as well as Puerto Rico and the U.S. Virgin Islands. The procurement encompasses a wide range of services including diagnostics, fluid and filtration services, and repairs for various heavy equipment, with a focus on ensuring compliance with environmental standards and promoting small business participation, as 20% of the awards are reserved for small businesses. This BPA is crucial for maintaining operational efficiency and safety of heavy equipment utilized by the agency, with a total ceiling of $12 million for all awards and individual call limits set at $7.5 million. Interested vendors must acknowledge receipt of amendments and submit their proposals by June 23, 2025, with the BPA period running from August 1, 2025, to July 31, 2035; for further inquiries, contact Sarah DeLawder at Sarah_delawder@fws.gov or (304) 876-7429.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Blanket Purchase Agreement (BPA) for maintenance and repair services for heavy equipment used by the U.S. Fish and Wildlife Service (USFWS) in Region 4, covering multiple states and territories. The vendor is responsible for providing all necessary tools and personnel to perform diagnostics, maintenance, and repairs on various equipment, including backhoes, dozers, and specialty machinery. Services include preventative maintenance, emergency repairs, field diagnostics, parts provision, and waste disposal. Each order from field staff is limited to $2,500, with additional oversight from authorized personnel who have completed appropriate training. The BPA is established for a ten-year duration, emphasizing compliance with regulations and maintaining warranty guarantees for equipment. The document serves the purpose of formalizing procurement processes for necessary maintenance services, reflecting the USFWS's commitment to the efficient and effective management of its operational equipment.
    The document pertains to an amendment of a solicitation related to the Region 4 Heavy Equipment Repair Blanket Purchase Agreement (BPA). The primary purpose of this amendment is to revise the Period of Performance date on the Standard Form 1449 and extend the end date for the Request for Quotations (RFQ) from May 26, 2025, to June 9, 2025, at 08:00 A.M. Eastern Time. The BPA is established for a duration of 10 years, commencing on July 1, 2025, and concluding on June 30, 2035. Offerors must acknowledge receipt of this amendment before the specified date to avoid potential rejection of their offer. The amendment highlights the process for submitting changes to previously submitted offers and underscores the importance of adhering to the established deadlines. This modification aligns with standard government practices for procurement processes, ensuring clarity and precision in contractual expectations and timelines. Overall, it emphasizes the government's commitment to maintaining effective procurement procedures while clearly communicating essential updates to participating contractors.
    The document details an amendment to a solicitation identified by the number 140F0S25Q0018, specifically regarding a Blanket Purchase Agreement (BPA) for heavy equipment repair. The amendment outlines critical changes including the extension of the request for quotes (RFQ) end date from June 9, 2025, to June 23, 2025, at 08:00 A.M. Eastern Time. It also specifies that the period of performance for the BPA will run for ten years, from August 1, 2025, to July 31, 2035. Key instructions for contractors include the requirement to acknowledge the receipt of the amendment prior to the specified date to avoid offer rejection and the possibility for modifications to offers already submitted. The document highlights that all other terms and conditions remain unchanged. This amendment reflects standard practices in government procurement, ensuring clear communication regarding changes while maintaining the integrity of the procurement process.
    The document outlines a Request for Proposal (RFP) for a Blanket Purchase Agreement (BPA) aimed at obtaining maintenance and repair services for heavy equipment used by the U.S. Fish and Wildlife Service (FWS) across multiple states. It specifies that 20% of the awards will be reserved for small businesses and encompasses services such as fluid and filtration services, diagnostics, and repairs for heavy equipment like trucks and cranes, within the geographic boundaries of the southeastern U.S. The contractual period extends from June 1, 2025, to May 31, 2035, with a purchase limitation for individual calls set at $7,500,000 and a total ceiling of $12,000,000 for all BPA awards. The RFP includes requirements for invoicing, delivery ticket information, and mandated compliance with environmental standards. It also enforces regulations relevant to federal contracting, including small business provisions and restrictions on contracting practices. The intention behind this BPA is to streamline procurement processes while ensuring compliance with government regulations and promoting engagement with small businesses in the federal contracting landscape.
    Similar Opportunities
    J--R6 - Vehicle Repair/Maint BPA setup
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for vehicle repair and maintenance services across Region 6, which includes Montana, Wyoming, North Dakota, South Dakota, Kansas, Nebraska, Colorado, and Utah. The procurement encompasses a wide range of services, including diagnostics, fluid services, electronics, and engine maintenance, as well as the purchase of necessary repair parts. This BPA is crucial for ensuring the operational readiness of government vehicles, with a performance period extending from May 1, 2025, to April 30, 2035, and a total purchase limit of $7,500,000 per transaction. Interested vendors must submit their proposals, including a signed form 1449, proof of certified mechanics, and hourly labor rates, by the extended deadline of July 31, 2025, to the primary contact, Robert Sung, at robertsung@fws.gov.
    GA-ARD-ECOL SVCS-2019 RAM 1500 REPAIR
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide repair services for a 2019 RAM 1500 vehicle. The procurement aims to address specific repair needs, including the replacement of the steering gear assembly and other related maintenance tasks, as outlined in the Request for Quotations (RFQ) No. 140FS325Q0098. This opportunity is particularly significant as it supports the operational readiness of government vehicles, ensuring they remain functional for wildlife service missions. Interested small businesses must submit their quotations by July 18, 2025, and can direct inquiries to Merenica Banks at merenicabanks@fws.gov for further information.
    AL-FWS ALABAMA ESFO-BOAT REPOWERING
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide boat repowering services for two Kaan boats as part of a federal contract opportunity. The project involves the removal and installation of outboard motors, including necessary controls and rigging, to ensure the operational readiness of the vessels, which are vital for the agency's conservation efforts. This procurement falls under the NAICS code 336611 for Ship Building and Repairing, with a total small business set-aside designation, emphasizing the government's commitment to supporting small enterprises in federal contracting. Interested parties must submit their bids by July 9, 2025, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
    56--WY SEEDSKADEE NWR BPA FOR ROAD BASE GRAVEL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) for the procurement of road base gravel for the Seedskadee and Cokeville National Wildlife Refuges in Wyoming. The contract will cover the supply of Grade W aggregate from August 1, 2025, to July 31, 2030, with an emphasis on delivering high-quality materials that comply with U.S. Department of Transportation specifications for road construction and maintenance within these protected areas. This initiative underscores the government's commitment to environmental stewardship while enhancing infrastructure in wildlife refuges. Interested vendors must submit their quotations by July 17, 2025, and can direct inquiries to Jeremy Riva at jeremyriva@fws.gov or by phone at 240-381-7321.
    Z--REPLACE TRAIL BOARDWALK
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the "Replace Centennial Trail Boardwalks (Phase I)" project at the Bon Secour National Wildlife Refuge in Gulf Shores, Alabama. The project involves the demolition and replacement of an aging boardwalk, approximately 910 feet in length, which has deteriorated over its 20-year lifespan, with a focus on environmental compliance and minimal disruption to public access. This initiative is crucial for maintaining infrastructure while ensuring the protection of local wildlife habitats and adhering to federal regulations. Interested contractors must submit sealed offers by July 10, 2025, at 3:00 PM Eastern Time, and are required to attend a pre-bid site visit on June 24, 2025. For further inquiries, contact JoAnn Mallory at joannmallory@fws.gov or by phone at 404-679-7274.
    ND DES LACS NWR - Two Heavy Duty Trailers with (3)
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking bids for the procurement of two heavy-duty trailers, along with the acceptance of three trade-ins, for the Des Lacs National Wildlife Refuge in North Dakota. The trailers must meet specific technical specifications and are required to be delivered by September 30, 2025, as outlined in the Request for Quotation (RFQ). This procurement is essential for enhancing the operational capacity of the wildlife refuge, reflecting the government's commitment to maintaining and improving its assets while adhering to regulatory standards. Interested contractors must submit their bids, including a completed Standard Form 1449, by July 14, 2025, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    WA-LWS NFH-SEPTIC LINE REPAIR QUARTERS
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for septic line repair work at Quarters 6 and 7, as outlined in Solicitation No. 140FC325R0011. The project, valued under $25,000, requires contractors to commence work within 10 days of receiving a notice to proceed, with an expected completion date of August 31, 2025. This procurement emphasizes compliance with environmental and labor regulations, including adherence to the Davis-Bacon Act for wage rates, and mandates the documentation of project progress and immediate reporting of hazardous materials. Interested contractors should submit proposals electronically and can contact Shannon Barnhill at shannonbarnhill@fws.gov for further information.
    FY 25 Preventative Maintenance on and Repairs to Caterpillar, Volvo and John Deere Equipment and Engines
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Philadelphia District is seeking qualified contractors for preventative maintenance and repairs on Caterpillar, Volvo, and John Deere equipment and engines as part of a Sources Sought Notice for Fiscal Year 2024. The procurement aims to assess industry interest and ensure a sufficient pool of contractors, both large and small, capable of performing essential maintenance tasks, including fluid sample testing and emergency/non-emergency repairs on specified heavy equipment. This IDIQ contract will span multiple years, with performance periods running from approximately April 21 to April 20 each year until April 2030, covering various locations in Pennsylvania, New Jersey, Delaware, and Maryland. Interested contractors must submit their qualifications and capability statements via email to Tiffany Chisholm by November 14, 2024, and must be registered in the System for Award Management (SAM).
    28--KATM 10158831 PALAYAQ OUTBOARDS REPOWER
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified vendors to provide two Mercury outboard motors for the Palayaq landing craft at Katmai National Park, Alaska. This procurement aims to replace failed Honda engines, ensuring compatibility with existing equipment and minimal modifications to the vessel. The motors are critical for the operational efficiency of the landing craft, which supports park activities and visitor access. Interested small businesses must submit their bids by July 9, 2025, at 2 PM Alaska Time, with the contract period spanning from July 14, 2025, to July 13, 2026. For further inquiries, vendors can contact Janet Milson at janetmilson@nps.gov or by phone at 907-201-2581.
    REPLACE FUEL SYSTEM LINES & COMPONENTS AT DRY TORT
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of fuel system lines and components at Dry Tortugas National Park. This project, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set aside, aims to enhance the park's infrastructure and operational safety following damage from recent storms. Contractors are required to submit proposals that include a completed SF-1442 form, technical proposals, past performance questionnaires, and a detailed cost proposal, with a bid guarantee of 20% of the total bid amount. The estimated project cost ranges from $250,000 to $500,000, and performance is expected to commence within 10 calendar days post-award, with a completion timeframe of 45 calendar days. Interested parties should contact William Vazquez at WilliamVazquez@nps.gov or call 470-819-0934, with proposals due by August 4, 2025.