GA-ARD-ECOL SVCS-2019 RAM 1500 REPAIR
ID: 140FS325Q0098Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

General Automotive Repair (811111)

PSC

MOTOR VEHICLE MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4910)

Set Aside

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

    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 merenica_banks@fws.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to be a corrupted or poorly formatted government file related to federal and state/local requests for proposals (RFPs) and grants. Despite extensive corruption, key themes include project specifications, compliance with safety standards, and considerations for environmental and structural integrity during government-funded ventures. It touches upon various administrative and procedural aspects of grant applications and RFPs, emphasizing the importance of proper handling and assessment in the context of government contracting. The redundancy in content and fragmented structure suggest an emphasis on compliance and proactive hazard management amidst the complexities involved in project execution. Central to the document is the commitment to adhering to regulatory requirements while effectively managing potential risks to public safety and resource allocation in government projects.
    The document outlines the requirements for bidders responding to RFQ/Solicitation #140FS325Q0098, focusing on the necessity of past experience and references. Bidders must provide detailed information regarding up to four relevant past contracts or work experiences that mirror the complexity and size of the proposed services. For each experience, they are required to include specifics such as contract type, total value, agency details, contact information, duration of work, and a brief description of their responsibilities. This information will be utilized to assess the past performance of the bidders. The submission deadline is strictly set, and responses must be directed to a specified email address. The structure of the document emphasizes clarity and completeness in detailing previous work to ensure that submissions are informative and compliant. Overall, this solicitation focuses on evaluating contractor qualifications through documented experience in similar projects.
    The document outlines the price schedule for the repair of a 2019 RAM 1500 as part of RFQ No. 140FS325Q0098. It includes various repair services such as replacing the steering gear assembly, adjusting the toe-in on rack and pinion type steering gears, and replacing power steering fluid, among other tasks. Each service includes a section for quantity, unit price, and total cost to be filled out by vendors. Additionally, it specifies towing fees from the service provider, Outer Banks Chrysler Jeep Dodge Ram, located in Kill Devil Hills, NC. Vendors are required to provide their company name, contact information, SAM.GOV UEI number, and estimated delivery date, culminating in a total quote amount. This price schedule functions as a formal request for quotes, reflecting the structured procurement process typical in government contracts to ensure accountability and fairness in the bidding process.
    This document is a Request for Quotations (RFQ) related to vehicle repair services for a 2019 RAM 1500 Classic Tradesman. Issued by the FWS SAT Team 3, it outlines the need for rack and pinion replacement and fuse repair, along with provisions for towing. The RFQ emphasizes the evaluation factors for offers, which include technical capability, price competitiveness, and past performance as assessed through FAPIIS. Interested contractors must submit their quotations, incorporating the necessary representations and certifications, no later than July 18, 2025. The RFQ specifies that the government may award a contract based on the offer deemed most advantageous, considering both price and additional factors. Compliance with various federal regulations is mandated, ensuring adherence to standards in acquisition procedures. The document highlights the procurement process, establishing the framework for potential contractors to follow while maintaining transparency and accountability in government spending and resource management.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a firm-fixed-price contract to supply one outboard motor specifically designed for law enforcement patrol boats operating in Montana's lakes and rivers. The procurement requires a 200 hp, 4-stroke, V6 outboard motor with specific features such as Smartcraft compatibility and an 85 amp alternator, along with necessary installation components and labor for the motor replacement. This acquisition is a 100% Total Small Business set-aside, emphasizing the importance of the motor for effective law enforcement operations in diverse water conditions. Quotes are due by January 2, 2026, at 5:00 PM EST, and interested vendors should contact Khalilah Brown at khalilahbrown@fws.gov for further details.
    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, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of one outboard motor, specifically a Mercury Marine 150XL FourStroke or an approved equivalent, as part of a Total Small Business set-aside initiative. The motor, which is critical for operations at the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana, must meet specific technical specifications, including a 150 horsepower output and Smartcraft compatibility, among others. Interested vendors are required to submit their quotes by December 19, 2025, with delivery expected by February 2, 2026, and must ensure compliance with all outlined specifications to demonstrate equivalency. For further inquiries, vendors can contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide and install a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wetland Management District in North Dakota. The procurement includes specific requirements such as a pump package with various components, compliance with NFPA standards, and a completion timeframe of nine to twelve months post-award. This opportunity is crucial for enhancing firefighting capabilities in the region, ensuring that the fire truck is equipped with the necessary tools for effective emergency response. Interested vendors must submit their quotes by December 22, 2025, at 5:00 pm EST, to Khalilah Brown at khalilahbrown@fws.gov, with evaluations based on technical expertise and past performance.
    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.
    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.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    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.
    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.
    F550 Retrofitting
    Homeland Security, Department Of
    The United States Secret Service (USSS) is conducting a Request for Information (RFI) to identify potential vendors for retrofitting F-550 Ford Super Duty vehicles into Mobile Command Vehicles. The retrofit will involve significant modifications, including the installation of a rear conference room, upgraded HVAC systems, leveling jacks, a telescopic mast with a camera system, enhanced emergency lighting, and a comprehensive communication and computer network system. This initiative is crucial for enhancing operational capabilities during protective and investigative missions. Interested parties are encouraged to submit their responses by December 30, 2025, and may contact Aisha Collins or Jade Gaston via email for further inquiries.