J--R6 - Vehicle Repair/Maint BPA setup
ID: 140F0S25Q0010Type: Solicitation
Overview

Buyer

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

NAICS

General Automotive Repair (811111)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- VEHICULAR EQUIPMENT COMPONENTS (J025)
Timeline
    Description

    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 robert_sung@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Blanket Purchase Agreement (BPA) for the maintenance and repair of vehicles utilized by the U.S. Fish and Wildlife Service in Region 6, covering Montana, Wyoming, North Dakota, South Dakota, Kansas, Nebraska, Colorado, and Utah. The selected vendor will be responsible for diagnosing vehicle malfunctions, obtaining approval for repairs from refuge staff, and performing maintenance either in-shop or in the field. Services will cover a broad range including fluid services, electronic diagnostics, and powertrain maintenance. The government’s obligation is limited to authorized purchases made under the BPA with set spending caps: individual requests should not exceed $2,500, while higher costs must adhere to BPA regulations. Onboarding clauses are requested for authorized users, who include trained personnel and contracting officers. Additionally, delivery records must chronicle specific service details. The BPA remains effective for ten years from the signing date, ensuring continued support and service for wildlife vehicles across the specified regions.
    The document outlines a Request for Proposal (RFP) for the R6 Vehicle Maintenance and Repair Blanket Purchase Agreement (BPA) with the U.S. Fish & Wildlife Service, valid from May 1, 2025, to April 30, 2035. The BPA seeks to establish a framework for maintenance and repair of government vehicles in eight states, reserving 20% of awards for small businesses. The contract includes various repair services, diagnostics, and parts procurement with individual purchase limits set at $7,500,000. Authorized personnel can issue purchases, with payments processed electronically via the U.S. Treasury's Invoice Processing Platform. The document emphasizes the necessity for invoices to include detailed delivery information, consolidates payment guidelines, and outlines the policies for evaluation of contractor performance through the Contractor Performance Assessment Reporting System (CPARS). Key regulatory clauses regarding small business provisions, labor standards, and ethical conduct are also included, highlighting compliance requirements for contractors. The BPA ensures flexibility in procuring vehicle services while mandating adherence to federal regulations and providing for future competition to include additional small business contractors.
    This document is an amendment to solicitation number 140F0S25Q0010, issued by the federal government to revise details related to contract modifications. It specifies procedural requirements for contractors to acknowledge receipt of this amendment and outlines the implications of not meeting the submission deadlines. The amendment amends the solicitation to update the display information on SAM.GOV and extends the contract period from May 1, 2025, to April 30, 2035. The document emphasizes that all prior terms remain effective unless explicitly changed. It serves to ensure transparency in federal contracting and compliance with established regulations. This amendment reflects the government's ongoing commitment to maintaining communication with contractors and correctly managing contract modifications in accordance with federal guidelines.
    The document outlines an amendment related to solicitation number 140F0S25Q0010, which primarily serves to extend the response date for offers to May 16, 2025. It indicates that the period of performance for the resulting contract will commence on June 2, 2025, and conclude on June 1, 2035. The amendment stresses that contractors must acknowledge receipt of this amendment by specified methods, or their offers may be rejected. The text also stipulates that modifications to existing offers can be made via letter or electronic communication, referencing both the solicitation and amendment. The document preserves all other terms and conditions of the original solicitation and reminds contractors of their obligations concerning acknowledgment and submission. Overall, this amendment ensures clarity and compliance for potential bidders in the response process, highlighting the importance of adhering to specified deadlines and procedures in federal contracting.
    The document is an amendment to the solicitation numbered 140F0S25Q0010, detailing changes to a federal contract offer, specifically extending the response deadline to June 6, 2025, and addressing requests for information (RFI). Contractors must acknowledge receipt of this amendment through specified methods, and any changes to existing offers must be communicated prior to the new deadline. The amendment clarifies pricing structures for subcontractors, allowing different prices based on geographical location and repair type. Questions regarding certification statements for subcontractors and the exclusion of electric vehicle repairs have been addressed, confirming that these stipulations do not pose issues for bidders. The contract's performance period is set from July 1, 2025, to June 30, 2035. This amendment is essential for ensuring compliance and transparency in the bidding process, reinforcing the government's intention to engage effectively with contractors while providing clarity on the requirements.
    The document is an amendment to a federal solicitation, specifically amendment number 140F0S25Q0010, issued by the Falls Church, VA office on March 27, 2025. The primary purpose of this amendment is to extend the deadline for submitting offers to June 30, 2025, adjusting the period of performance from July 1, 2025, to June 30, 2035. It outlines the necessary steps for contractors to acknowledge receipt of the amendment, including submitting copies of the acknowledgment or using electronic communication. The document specifies that failure to acknowledge prior to the set deadline could lead to the rejection of offers. Additionally, it clarifies that while the contract remains in effect, certain administrative modifications might occur without altering its fundamental conditions. Overall, this amendment plays a critical role in clarifying timelines and enhancing the bidding process for potential contractors.
    This document is an amendment concerning the solicitation identified as 140F0S25Q0010, issued by a federal agency located in Falls Church, Virginia. The primary purpose of this amendment is to extend the response deadline for offers to July 31, 2025. The period of performance is specified to extend from August 25, 2025, to August 24, 2035. Key instructions include acknowledging receipt of this amendment in the offer submissions through specified methods, ensuring that changes to submitted offers are communicated properly prior to the new deadline. The document also outlines that while certain modifications are administrative, the existing terms and conditions remain in effect unless otherwise updated. The contracting officer's name is Robert Sung, indicating the official responsible for this amendment. Overall, this document is significant as it updates key components of the solicitation process, allowing potential contractors additional time to prepare their submissions in compliance with federal requirements.
    The document outlines a Request for Proposal (RFP) involving the acquisition of vehicle repair services with a specified period of performance from May 1, 2025, to April 30, 2035. The RFP includes key details such as the solicitation number (140F0S25Q0010), solicitation method, required information for offer submission, and stipulations regarding payment and delivery terms. The RFP is categorized under the North American Industry Classification System (NAICS) and is open to various types of businesses, including small businesses and service-disabled veteran-owned small businesses. Importantly, it requires the contractor to sign the document and return it, confirming acceptance of the terms while maintaining adherence to federal acquisition regulations (FAR). The document serves as a formal solicitation aimed at vendors capable of delivering the outlined services to a facility located in Falls Church, VA, emphasizing the government's commitment to sourcing quality vehicle repair solutions over a ten-year period. Overall, this procurement effort is structured to ensure transparency, compliance, and support for small business participation.
    Lifecycle
    Title
    Type
    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, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment repair and maintenance services across Region 6, which includes Montana, Wyoming, North Dakota, South Dakota, Kansas, Nebraska, Colorado, and Utah. 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, emphasizing a commitment to allocate 20% of awards to small businesses. This initiative is crucial for maintaining operational efficiency within the agency's equipment management efforts, ensuring that essential repairs and maintenance are conducted in a timely manner. Interested vendors must submit their proposals, including a signed form 1449 and confirmation of their capabilities, by the extended deadline of July 31, 2025, with the contract period set to commence on July 1, 2025, and run through June 30, 2035. For further inquiries, vendors can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
    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.
    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.
    J--OFO I622616 VEHICLE REPAIR
    Buyer not available
    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.
    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.
    Specialized Drivetrain Repair Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking qualified vendors to provide specialized drivetrain repair services for its Swanton Sector Border Patrol Station in Vermont. The procurement aims to repair and/or replace major automobile driveline components for an estimated ten vehicles annually, ensuring they are returned to operational status to support CBP's mission. This opportunity is particularly significant as it represents a new requirement with no incumbent service provider, allowing small businesses to engage in federal contracting. Interested vendors must submit their proposals, including a completed SF-18 form and pricing estimates, by July 11, 2025, with the contract expected to span from the award date until July 31, 2030. For further inquiries, vendors can contact Amoz Samuel at amoz.j.samuel@cbp.dhs.gov or by phone at 202-325-0039.
    RDO LAW ENFORCEMENT TRUCK OUTFITTING
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals for the outfitting of a 2024 Ram Crew Cab pickup truck with law enforcement equipment through Solicitation 1406325Q0028. The procurement requires qualified vendors to provide outfitting services, including the installation of LED lights, siren systems, antennas, and secure storage solutions, ensuring compliance with the Buy American Act and federal contracting regulations. This initiative is crucial for enhancing law enforcement capabilities in Alaska, with the performance period set from July 14, 2025, to October 31, 2025. Interested vendors must submit their quotes electronically to Lisa Brune by 12pm Alaska Time on July 8, 2025, and are encouraged to address any questions by the same date.
    Intermountain Stewardship BPA
    Buyer not available
    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.
    Maintenance & Marshalling Services - White Sands NM
    Buyer not available
    The General Services Administration (GSA) is seeking qualified small businesses to provide maintenance and marshalling services at White Sands Missile Range (WSMR), New Mexico, through a Blanket Purchase Agreement (BPA). The procurement aims to establish a contractor for on-site vehicle management, including the receipt, inspection, preparation, and routine maintenance of government-owned or leased vehicles, with an estimated annual value of $1,000,000 for approximately 170 vehicles. This initiative is crucial for ensuring operational readiness and compliance with federal regulations regarding vehicle management and maintenance. Interested contractors must submit their quotations by July 14, 2025, and direct any inquiries to Allison Wiede-Brown at allison.wiede-brown@gsa.gov or by phone at 315-243-4272.
    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.