J--Region 4 Heavy Equipment Maintenance and Repair BPA
ID: 140F0S25Q0018Type: Special Notice
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
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 12:00 PM UTC
Description

The U.S. Fish and Wildlife Service (FWS) 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 Tennessee, as well as U.S. territories like Puerto Rico and the U.S. Virgin Islands. The procurement aims to secure comprehensive repair and maintenance services for various heavy equipment, including trucks and cranes, with specific tasks encompassing diagnostics, fluid services, and parts replacement. This BPA is crucial for ensuring the operational readiness of essential equipment used in wildlife management and conservation efforts, with a total ceiling of $12 million for all awards and individual call limits set at $7.5 million. Interested vendors must submit their proposals, including a signed form 1449 and confirmation of certified mechanics, by the specified deadlines, and can contact Sarah DeLawder at Sarah_delawder@fws.gov or (304) 876-7429 for further information.

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.
Apr 24, 2025, 1:50 PM UTC
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.
Lifecycle
Title
Type
Solicitation
Special Notice
Similar Opportunities
J--R6 - Heavy Equipment BPA setup, repair/maint
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment repair and maintenance services across Region 6, which includes states such as Montana, Wyoming, and Colorado. The BPA will cover a wide range of services, including diagnostics, repairs, and parts replacement for heavy equipment, with a total ceiling amount of $12 million over a ten-year period, and a commitment to allocate 20% of awards to small businesses. This procurement is crucial for maintaining the operational efficiency of the FWS's equipment, ensuring that essential repairs and maintenance are conducted in a timely manner. Interested vendors must submit their proposals by May 16, 2025, and can contact Robert Sung at robertsung@fws.gov or 503-872-2825 for further information.
J--R6 - Vehicle Repair/Maint BPA setup
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, 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, engine maintenance, and the purchase of repair parts, with a focus on ensuring that vendors have certified mechanics capable of performing these tasks. This BPA is crucial for maintaining the operational readiness of government vehicles over a ten-year period, with a contract performance timeline from May 1, 2025, to April 30, 2035, and a commitment to reserving 20% of awards for small businesses. Interested vendors must submit their proposals by May 16, 2025, and can contact Robert Sung at robertsung@fws.gov or 503-872-2825 for further information.
APPRAISAL for WBG_149thAveNE Property
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for a firm-fixed price contract for appraisal services related to the WBG149thAveNE Property, as outlined in solicitation number 140F1S25Q0037. The procurement is specifically aimed at small businesses under NAICS code 531320, requiring bidders to demonstrate technical and geographic competency, as well as provide evidence of state certification and relevant experience in real estate appraisals. This opportunity underscores the FWS's commitment to responsible stewardship and fiscal responsibility in managing public resources, with a performance period set from May 7, 2025, to October 16, 2025. Interested offerors must submit their bids electronically by April 30, 2025, and direct any technical questions to Solmaz Salih at solmazsalih@fws.gov by April 28, 2025.
WA-MCNARY MAINT SHOP-UTV TRAILER SPRAYER
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting quotes for the procurement of a utility vehicle (UTV), trailer, and sprayer to support biological management activities in Central Washington. The procurement specifically requires a Kubota RTV-X1100CWL-A or an equivalent UTV with features such as a 23hp diesel engine, hydraulic dump bed, and off-road capabilities, along with a bumper-pull trailer and a 100-gallon UTV-mounted sprayer for herbicide applications. This equipment is crucial for enhancing the efficiency of wildlife management operations. Interested small businesses must submit their quotes by May 1, 2025, and can direct inquiries to Kathryn Coltran at kathryncoltran@fws.gov.
S--CO ROCKY MTN ARSNL NWR BPA for monitoring, inspect
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified small businesses to establish a Blanket Purchase Agreement (BPA) for the monitoring, inspection, and service of fire alarm systems at the Rocky Mountain Arsenal National Wildlife Refuge in Colorado. The contractor will be responsible for providing 24/7 monitoring, annual inspections compliant with NFPA 25 standards, and general maintenance of fire alarm systems across various refuge locations, ensuring compliance with safety regulations and effective emergency response protocols. This procurement emphasizes the importance of maintaining safety standards in federally protected wildlife areas, with a total funding amount not to exceed $250,000 over a five-year period from June 2, 2025, to June 1, 2030. Interested vendors should contact Caleb Kindsvater at calebkindsvater@fws.gov or 303-236-4334 for further details and must submit their proposals by the specified deadline to be considered.
CO-ROCKY MTN ARSENL NWR-GEOTHERMAL WELL REHABILITA
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for geothermal well rehabilitation services at the Rocky Mountain Arsenal National Wildlife Refuge in Commerce City, Colorado. The primary objective of this procurement is to repair identified leaks in the geothermal heating systems, which includes replacing flange gaskets and insulation, as well as flushing and recharging the system to ensure its operational integrity. This initiative is crucial for maintaining sustainable energy systems within the refuge, which plays a vital role in wildlife conservation efforts. Interested small businesses must submit their quotes by May 2, 2025, and can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further information.
MS-FWS NOXUBEE NWR-HERBICIDE AERIAL
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for aerial herbicide application services at the Noxubee National Wildlife Refuge in Mississippi, under Solicitation Number 140FS325Q0074. The project aims to manage aquatic invasive and pest plants, specifically targeting species such as American Lotus and alligator weed, with operations scheduled between June 15 and September 1, 2025. This procurement is crucial for effective environmental management and supports small businesses, as it is set aside for total small business participation. Interested contractors must submit their proposals, including past performance references and pricing, by May 6, 2025, and can contact Merenica Banks at merenicabanks@fws.gov for further information.
VIPR I-BPA for Incident Base Unit for Region 5 - Pacific Southwest Region ONLY
Buyer not available
The Department of Agriculture, specifically the U.S. Forest Service (USFS), is seeking quotes for an Incident Base Unit exclusively for Region 5, which encompasses the Pacific Southwest Region. This procurement aims to secure a contractor responsible for providing all necessary equipment, materials, supplies, transportation, lodging, and trained personnel to support local, regional, and nationwide fire suppression and all-hazard incidents, as well as RX Prescribed Project Work. The resources acquired through this contract will play a crucial role in protecting lands from various hazards, with the potential for interagency cooperation with entities such as the Department of the Interior and National Park Service. Interested vendors must ensure they have a valid email address, a Unique Entity ID (UEI), active registration in the System for Award Management (SAM), and a Login.gov account to participate in the solicitation process, which will be conducted via the Virtual Incident Procurement (VIPR) system. For further inquiries, vendors can contact RaShauna Workman at rashauna.workman@usda.gov or by phone at 208-296-8375.
56--Sources Sought A-2-4 Selective Fill, Puerto Rico, Vieques NWR
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking sources for A-2-4 Selective Fill material for the rehabilitation of various roads at Vieques National Wildlife Refuge in Puerto Rico. The procurement involves not only the supply of the material but also its transportation to a barge location, subsequent barging to Vieques, and hauling to designated stockpile locations on the island. This project is critical for improving road conditions within the refuge and adheres to safety and environmental standards, with a performance period scheduled from May 1, 2025, to September 30, 2025. Interested vendors should respond with their CAGE Code, Unique Entity ID, and confirmation of their capability to provide the required materials and logistics, addressing inquiries to Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
Herbicide Treatment-PLO 1015 unit of Buenos Aires
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for herbicide treatment services targeting non-native salt cedar resprouts at the Buenos Aires National Wildlife Refuge in Avondale, Arizona. The contractor will be responsible for providing personnel, equipment, and the herbicide Garlon 4 Ultra to effectively manage invasive species over approximately 60 acres, as part of a habitat restoration initiative following the 2020 Avondale Fire. This project is crucial for enhancing ecological conditions and supporting native wildlife recovery efforts. Interested small businesses must submit their proposals by April 30, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information.