J--Region 4 Heavy Equipment Maintenance and Repair BPA
ID: 140F0S25Q0018Type: Special Notice
21 AwardsAug 22, 2025
AwardeeTRUCKARS, INC CARR #2 KM. 25.2, BO. ESPINOSA SEC. Dorado PR 00646 USA
Award #:140F0S25A0025
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
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    MN-MN VLY NWR-VEHICLE LIFT PURCHASE AND INSTALLATI
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the purchase and installation of a 20,000-lb capacity Rotary SPO20-TA/SPO20N0T0-BL 2-post above-ground automotive lift at the Minnesota Valley National Wildlife Refuge in Bloomington, MN. The project requires adherence to OSHA standards, local building codes, and the installation of a lift that is fully ALI/ETL-certified, along with the decommissioning of an existing lift. This procurement is critical for maintaining operational efficiency at the refuge's Rapids Lake Shop, ensuring safe and effective vehicle maintenance. Interested small businesses must submit their quotes by December 17, 2025, at 5:00 PM EST, with the contract period running from January 12, 2026, to March 11, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    MN VALLEY DEBRIS BLOWER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the procurement of a debris blower for the Minnesota Valley National Wildlife Refuge. The required debris blower must feature a 24.6 hp gas engine, a high-efficiency axial flow fan, and a handheld wireless RF controller, among other specifications, with a delivery date set for March 1, 2026. This equipment is crucial for maintaining the refuge's landscape and ensuring the health of its ecosystems. Interested small businesses must submit their quotations by December 22, 2025, to Jeremy Riva at jeremyriva@fws.gov, with the award based on best value considerations including specifications compliance, past experience, and price.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    38--OR-WILLAMETTE VLY NWR-EXCAVATOR GRAPPLE
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to provide a 3X4 Hydraulic Dangle Head Rotating Grapple for the William L. Finley National Wildlife Refuge in Corvallis, Oregon. This procurement is a total small business set-aside and requires the grapple to meet specific salient characteristics, including compatibility with a Volvo EC140E Excavator, and to be delivered within 90 days of contract award. The grapple will be utilized for forestry, logging, and land-clearing operations, highlighting its importance in maintaining the refuge's ecological integrity. Quotes are due by December 22, 2025, and must be submitted to Marshall Richard via email; interested parties must also be registered with SAM.gov to be eligible for consideration.
    56--LIMESTONE/RIP RAP ROCKS FOR FWS WELAKA NWR
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (FWS), is soliciting bids for the supply and delivery of limestone and rip rap rocks for the Welaka National Fish Hatchery. The procurement requires approximately 260 tons of various rock materials, including 80 tons of rip rap rocks, 80 tons of 4 stone, and 100 tons of Florida DOT certified lime rock road base, all intended for stockpiling at the hatchery to support the development of a nature trail. This opportunity is set aside for small businesses, with a firm-fixed-price contract structure, and the deadline for submitting quotes is December 15, 2025, by 5:00 PM EST. Interested contractors should contact Chantal Bashizi at chantalbashizi@fws.gov or call 703-358-1854 for further details.
    MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, Missouri. The procurement aims to secure a contractor capable of providing remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, which includes 19 heat pumps and geothermal units, ensuring optimal functionality and compliance with federal and state regulations. This specialized service is critical for maintaining the refuge's HVAC infrastructure, which is essential for the comfort and safety of visitors and staff. Interested small businesses must submit their proposals by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.