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. 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 multiple states, including 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, with the contract period set from October 6, 2025, to October 5, 2035. This BPA is crucial for ensuring the operational readiness of government vehicles, with a commitment to reserving 20% of awards for small businesses and individual purchase limits set at $7,500,000. Interested vendors must submit their proposals by October 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
    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 provided document is an amendment to a solicitation, specifically amending solicitation number 140F0S25Q0010. The amendment primarily aims to extend the response deadline to September 1, 2025, and introduces an additional requirement for technical acceptability related to the geographical areas where work can be performed. The period of performance for the contract is designated from August 25, 2025, to August 24, 2035. The document stipulates the necessity for contractors to acknowledge receipt of the amendment, which can be done through various methods, including direct acknowledgment on offer copies or separate correspondence. It emphasizes that failure to submit this acknowledgment properly could lead to the rejection of their offer. Additionally, the document outlines the administrative changes to the contract and reaffirms that all terms remain in effect unless specifically altered by this amendment. This amendment illustrates the procedural steps within the context of federal contracting, specifically addressing modifications to solicitations and contracts.
    This amendment (140F0S25Q0010) extends the response date for a solicitation to September 16, 2025. It also specifies a period of performance from October 6, 2025, to October 5, 2035. Offerors must acknowledge this amendment via submitted copies, acknowledgment on their offer, or separate communication, ensuring receipt by the new deadline. Failure to acknowledge may result in rejection of the offer. This document is a standard amendment of solicitation/modification of contract, adhering to FAR 43.103(b) and GSA FAR (48 CFR) 53.243 guidelines.
    This amendment to solicitation F0S25Q0010 extends the response date to October 16, 2025. The original solicitation, identified as FWS Over SAT G/S, was issued by the FWS in Falls Church, VA. The period of performance for the contract is now specified as October 6, 2025, to October 5, 2035. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, or by other specified methods, to ensure their offer is considered. All other terms and conditions of the original solicitation remain unchanged.
    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
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    N--ID MINIDOKA NWR VEHICLE LIFT KIT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking contractors for the procurement and installation of a two-post vehicle lift kit at the Minidoka National Wildlife Refuge in Rupert, Idaho. The project aims to enhance the functionality of the Refuge's new shop building by providing a vehicle lift with a lifting capacity of 12,000 pounds, which is essential for maintenance and repair operations. The contract will be awarded based on the lowest price technically acceptable, with offers due by September 17, 2025, at 5:00 PM ET, and the period of performance is set from September 11, 2025, to October 31, 2025. Interested parties should contact Kathryn Coltran at kathryncoltran@fws.gov for further details and must ensure they are registered with the System for Award Management (SAM).
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Buyer not available
    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.
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Buyer not available
    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.
    TWO ATVS FOR IFD LE
    Buyer not available
    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.
    23--CHARLES M RUSSELL NWR - Bumper Pull Dump Trailer
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for a Bumper Pull Dump Trailer for the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana. The procurement requires a trailer that meets specific technical specifications, including dimensions, axle capacity, and various components such as electric brakes and LED lights, with delivery to be made to the refuge facility. This equipment is essential for the refuge's operational needs, supporting wildlife management and habitat maintenance efforts. Proposals are due by December 11, 2025, at 10 AM Eastern Time, and must be submitted via email to Dana Arnold at danaarnold@fws.gov, with the contract period of performance set from December 18, 2025, to June 5, 2026.
    Skidder w/ sprayer, North Florida Refuge Complex
    Buyer not available
    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.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Buyer not available
    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.
    MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
    Buyer not available
    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.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Buyer not available
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.