J--R6 - Heavy Equipment BPA setup, repair/maint
ID: 140F0S25Q0011Type: Solicitation
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
    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 heavy equipment repair and maintenance services across Region 6, which includes states such as Montana, Wyoming, and Colorado. The procurement encompasses a wide range of services, including diagnostics, repairs, and maintenance for various heavy equipment, with a focus on ensuring operational efficiency for the agency's equipment management. This BPA is significant as it aims to streamline repair processes and enhance the longevity of essential machinery used in wildlife service operations, with a total ceiling amount of $12 million allocated for the ten-year contract period from October 6, 2025, to October 5, 2035. Interested vendors must submit their proposals by the extended deadline of October 16, 2025, and can contact Robert Sung at robert_sung@fws.gov or by phone at 503-872-2825 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document establishes a Blanket Purchase Agreement (BPA) for the maintenance and repair of heavy equipment across eight states in the U.S. Fish and Wildlife Service's Region 6, which includes Montana, Wyoming, North Dakota, South Dakota, Kansas, Nebraska, Colorado, and Utah. Under this agreement, a vendor will perform diagnostics, maintenance, and repairs upon the request of refuge staff, ensuring all work is pre-approved and invoiced according to contract regulations. Services encompass various equipment components, such as fluid services, electronic systems, powertrain maintenance, and more, and can be conducted either in-shop or onsite. The government is only obligated for authorized purchases, with individual calls not exceeding $2,500 unless otherwise regulated. Authorized callers are limited to trained FWS personnel and contracting officers. The BPA is contractually valid for ten years from the signature date, facilitating efficient procurement processes for necessary repairs within the specified geographical boundaries.
    The document outlines the Request for Proposal (RFP) for a Blanket Purchase Agreement (BPA) related to maintenance and repair services for heavy equipment used by the U.S. Fish & Wildlife Service (FWS) in the R6 region. The BPA will span ten years, with a ceiling amount of $12 million, and includes provisions to allocate 20% of awards to small businesses. The contractor will provide various services including diagnostics, repairs, and parts replacement for heavy equipment, with specified delivery limitations and invoicing requirements. Authorized personnel for issuing orders under the BPA include FWS contracting officers and government purchase card holders for transactions under $2,500. The BPA emphasizes that the government is only obligated to reimburse actual purchases made. Additionally, detailed contractual clauses govern aspects such as payment processing through the Department of the Treasury's Invoice Processing Platform (IPP) and compliance with past performance evaluations using CPARS. The overarching intent is to streamline service contracts while ensuring adherence to federal acquisition regulations, ultimately enhancing operational efficiency within the agency’s equipment maintenance and management efforts.
    This document is an amendment to solicitation number 140F0S25Q0011, modifying the response timeline for the R6 Heavy Equipment Repair Blanket Purchase Agreement (BPA). The amendment extends the deadline for offers to May 16, 2025, allowing potential contractors more time to prepare their submissions. The period of performance for the BPA is scheduled from May 1, 2025, to April 30, 2035. The amendment specifies that offerors must acknowledge receipt of this change to avoid rejection of their submissions. This document serves to inform and guide contractors involved in the solicitation process while maintaining compliance with federal procurement protocols. Overall, it reflects the government's ongoing efforts to facilitate contract participation and ensure thorough consideration of bids by extending the timeline for responses.
    This document is an amendment to solicitation number 140F0S25Q0011, modifying the response date to June 6, 2025, and addressing various inquiries linked to a Request for Information (RFI). The amendment specifies that offers must acknowledge receipt of this document through designated means to avoid rejection. It clarifies the pricing structure for subcontractors, allowing varied pricing based on location and circumstances. Respondents inquiring about certification statements and the exclusion of electric vehicle repair received affirmative answers indicating flexibility in submission requirements. Overarching terms and agreements from previous communications remain intact, emphasizing continuity throughout the solicitation process. This amendment is pertinent to the context of federal contracting and grants, ensuring compliance and clarity within the procurement framework for a ten-year heavy equipment repair BPA, set to commence in July 2025.
    The document is an amendment to a government solicitation identified as 140F0S25Q0011, specifically concerning a contract modification for "R6 Heavy Equipment Repair BPA." The primary purpose of this amendment is to extend the deadline for responses from the original date to June 30, 2025, while indicating that the contract's period of performance will commence from July 1, 2025, through June 30, 2035. Key procedural details are outlined, specifying that contractors must acknowledge receipt of the amendment by various means before the specified deadline to avoid rejection of their offer. The amendment also confirms that all other terms and conditions from the referenced documents remain unchanged. Important administrative information, such as the issuing authority and signature lines for both the contracting officer and contractor, are included, reinforcing the formal nature of this communication. Overall, this amendment serves as an official notice to relevant contractors within the framework of federal procurement, ensuring clarity on timelines and requirements for a critical heavy equipment repair initiative.
    The document is an amendment to a solicitation for a contract regarding R6 Heavy Equipment Repair. It serves to extend the response date to July 31, 2025, adjusting the timeline for proposals related to the project, which will run from July 1, 2025, to June 30, 2035. The amendment specifies that offers must acknowledge receipt of this amendment correctly, as failure to do so could result in rejection of the proposal. The amendment thus provides the necessary information for contractors to modify their submissions if needed and ensures clarity in communication with the issuing office. All terms and conditions of the original solicitation remain unchanged except for the specified adjustments. This document underlines the federal government's structured approach to managing procurement and contracts through formal amendments, ensuring compliance and accountability.
    The document pertains to an amendment of a solicitation related to a Heavy Equipment Repair Blanket Purchase Agreement (BPA) for the Federal Government. It outlines the necessary steps contractors must take to acknowledge the amendment, including receipt confirmation and optional communication methods. The amendment primarily extends the response date for offers to September 1, 2025, and incorporates an additional requirement for demonstrating technical acceptability, focusing on the regions where the work will be performed. The contract period is set from July 1, 2025, to June 30, 2035. This document serves to modify existing solicitation parameters while maintaining all terms and conditions previously defined, emphasizing compliance and procedural adherence for contractors participating in government contracts. The overall aim is to ensure that all potential offerors are informed of changes that could affect submissions while facilitating clarity and compliance within the contracting process.
    This amendment, number 0006, extends the response date for Solicitation Number 140F0S25Q0011, for "R6 Heavy Equipment Repair BPA," to September 16, 2025. The original solicitation specified a receipt date of March 27, 2025. The period of performance for the contract is from October 6, 2025, to October 5, 2035. Offerors must acknowledge receipt of this amendment by completing items 8 and 15, returning copies of the amendment, acknowledging receipt on each offer copy, or by separate letter or electronic communication. Failure to acknowledge receipt by the specified date may lead to rejection of the offer. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0007 to solicitation 140F0S25Q0011, for "R6 Heavy Equipment Repair BPA," has been issued to extend the response date. The new deadline for offer submissions is October 16, 2025. Offers must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, or by other specified communication methods, prior to the new closing date. The Period of Performance for the contract is October 6, 2025, to October 5, 2035. All other terms and conditions of the original solicitation remain unchanged.
    The document is a Request for Proposal (RFP) for the repair of heavy equipment, specifically under the Falls Church, Virginia facility. It outlines the terms and conditions associated with the acquisition, specifying criteria such as payment methods, offeror information, and the solicitation process. The RFP indicates a commitment to certain categories, including small business and service-disabled veteran-owned business designations. The period of performance for the contract is from May 1, 2025, to April 30, 2035. Other key details include invoicing instructions, solicitation officer contact information, and references to the Federal Acquisition Regulation (FAR). The document's structured format includes blocks for offeror completion and award information, reflecting standard government procurement practices aimed at facilitating fair competition and compliance with federal guidelines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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.
    MN-MN VLY NWR-VEHICLE LIFT PURCHASE AND INSTALLATI
    Buyer not available
    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.
    BIA Exclusive Use Amphibious Single Engine Scooper
    Buyer not available
    The Department of the Interior is seeking proposals for exclusive use amphibious single-engine scooper flight services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, identified by Solicitation Number 140D0425R0098, will provide essential aerial firefighting capabilities during a specified 60-day period each year from April 14 to June 12, spanning from 2026 to 2031. This procurement is critical for effective fire suppression efforts, requiring contractors to meet stringent aircraft specifications and personnel qualifications, including compliance with FAA regulations. Interested parties must submit their proposals by December 29, 2025, at 10:00 AM PST, with a maximum contract value of $10 million. For further inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.
    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.
    LABORATORY EQUIPMENT INSPECTION, CALIBRATION AND REPAIR SERVICES
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking a contractor to provide Laboratory Equipment Inspection, Calibration, and Repair Services to support roadwork projects across 19 Western states, including Alaska, Arizona, and California. The procurement involves a Blanket Purchase Agreement (BPA) for a base year and four option years, with an estimated total value of $350,000, focusing on the inspection, calibration, and repair of highway materials testing equipment at various facilities and mobile trailers. Contractors must possess current A2LA accreditation to ISO/IEC 17025, utilize NIST-traceable measuring devices, and employ qualified personnel, ensuring compliance with AASHTO and ASTM standards. Interested parties should contact Chinh Le at Chinh.Le@dot.gov or call 720-963-3549 for further details and must adhere to strict invoicing requirements via the DELPHI iSupplier system.
    Auto Parts Blanket Purchase Agreement
    Buyer not available
    The Department of Energy, specifically the Western Area Power Administration (WAPA) in the Rocky Mountain Region, is seeking to establish a Blanket Purchase Agreement (BPA) for the supply of automotive parts. This procurement is set aside for small businesses and aims to fulfill the needs of WAPA's operations in Loveland, Colorado, with a focus on items categorized under Heavy Duty Truck Manufacturing and miscellaneous engine accessories. The selected vendor will be responsible for providing pricing for each item listed in the attached documentation, which is critical for determining the overall procurement strategy. Interested parties should direct their inquiries to Cody Martin at ctmartin@wapa.gov or by phone at 701-221-4515 for further details.
    J--Helicopter maintenance services
    Buyer not available
    The Department of the Interior, through the Interior Business Center (IBC), is seeking qualified contractors to provide helicopter maintenance services for Government-owned aircraft supporting the U.S. Park Police in Washington, DC. The procurement will result in a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, covering a five-year ordering period from April 1, 2026, to March 31, 2031, with a potential six-month extension. These services are critical for ensuring the operational readiness and safety of the aircraft, encompassing scheduled and unscheduled maintenance, inspections, repairs, painting, engineering services, parts manufacturing, and overhauls of airframes and engines. Interested parties should note that the anticipated solicitation release date is December 19, 2025, with proposals due by January 19, 2026, and must be registered in SAM.gov to participate in this full and open competition under NAICS code 488190. For further inquiries, contact Justin Kondeff at justinkondeff@ibc.doi.gov.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.