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
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due May 16, 2025, 5:00 PM UTC
Description

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 robert_sung@fws.gov or 503-872-2825 for further information.

Point(s) of Contact
Files
Title
Posted
Feb 19, 2025, 2:05 AM UTC
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.
Apr 24, 2025, 10:12 PM UTC
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.
Apr 24, 2025, 10:12 PM UTC
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.
Apr 24, 2025, 10:12 PM UTC
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
Solicitation
Presolicitation
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.
Region 4 Heavy Equipment Maintenance and Repair BP
Buyer not available
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 Sarahdelawder@fws.gov or (304) 876-7429 for further information.
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.
49--VEHICLE OUTFITTING FOR LAW ENFORCEMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors for the outfitting of law enforcement vehicles, including the installation of essential safety and operational equipment. The procurement aims to enhance the capabilities of emergency vehicles by ensuring compliance with California's emergency vehicle standards, which includes outfitting new vehicles and decommissioning old ones, with a focus on safety and thorough documentation. Interested vendors must submit firm, fixed-price quotes by April 11, 2025, for the performance period running from April 16, 2025, to July 31, 2025, and are required to comply with federal wage determinations and labor standards. For further inquiries, potential bidders can contact Branden Bayze at bbayze@blm.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.
PURCHASE AND INSTALL OF MULTIPLE COMPONENTS ON A 2023 FORD F550
Buyer not available
The General Services Administration (GSA) is soliciting quotes for the purchase and installation of multiple components on a 2023 Ford F550, specifically targeting small businesses within the General Automotive Repair industry. The procurement involves a Firm Fixed-Price service contract that requires compliance with Federal Acquisition Regulation (FAR) guidelines, with a focus on ensuring all repairs and installations meet industry standards, including adherence to EPA and OSHA regulations. Interested vendors must provide warranties for all equipment, maintain proper insurance for GSA vehicles, and ensure their facilities are located within 100 miles of Lakewood, Colorado. Quotes are due by May 6, 2025, with an expected delivery completion within 120 days after order receipt. For further inquiries, vendors can contact William Hofmann at william.hofmann@gsa.gov or by phone at 682-350-7832.
PURCHASE AND INSTALL OF MULTIPLE COMPONENTS ON A 2023 FORD F350
Buyer not available
The General Services Administration (GSA) is seeking qualified vendors to purchase and install multiple components on a 2023 Ford F350 vehicle, specifically targeting small business contractors. The project entails the installation of a front winch, utility body with various compartments, hitch, and electrical components, all of which must comply with federal standards, including EPA and OSHA regulations. This procurement is crucial for maintaining the operational readiness of government vehicles, ensuring they are equipped with necessary enhancements for functionality and safety. Interested vendors must submit detailed quotes by May 6, 2025, including a breakdown of parts and labor costs, and must be registered in the System for Award Management (SAM). For further inquiries, vendors can contact William Hofmann at william.hofmann@gsa.gov or by phone at 682-350-7832.
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.
PURCHASE AND INSTALL OF MULTIPLE COMPONENTS ON A 2023 FORD F350
Buyer not available
The General Services Administration (GSA) is seeking qualified vendors to purchase and install multiple components on a 2023 Ford F350, specifically for necessary repairs and enhancements. The project requires adherence to industry standards, including compliance with EPA and OSHA regulations, and all equipment must be covered by the manufacturer's warranty. This procurement is critical for maintaining the operational readiness of government vehicles, ensuring they meet safety and functionality standards. Interested vendors must submit detailed, itemized quotes, including all associated costs, and must be registered in the System for Award Management (SAM) prior to award. For inquiries, contact William Hofmann at william.hofmann@gsa.gov or call 682-350-7832. Quotes must be submitted by the specified deadline to be considered.
91--Bulk Fuel Deliveries for Hoover Dam-BPA Set Up
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified vendors to establish Blanket Purchase Agreements (BPAs) for the supply and delivery of bulk fuel for Hoover Dam. The procurement requires the delivery of various types of fuel, including E85, unleaded, and diesel (both clear and dyed), with a commitment to deliver within 48 hours of request. This opportunity is crucial for maintaining operations at Hoover Dam, and the anticipated period of performance is from June 1, 2025, to May 31, 2026, with multiple BPAs expected to be issued for five-year ordering periods. Interested firms must submit their capability statements and relevant information by May 9, 2025, to Ebonie Foskey-Anderson at efoskeyanderson@usbr.gov, including the reference number 140R3025Q0035 in the subject line.