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
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 5:00 PM UTC
Description

The U.S. Department of the Interior, through 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 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 aims to allocate 20% of awards to small businesses. This procurement is critical for maintaining the operational efficiency of the agency's equipment, ensuring that essential repairs and maintenance are conducted in a timely manner. Interested vendors must submit a signed form 1449, a statement of capability, and their hourly labor rates, with the contract period set to commence on May 1, 2025, and run through April 30, 2035. For further inquiries, vendors can contact Robert Sung at robert_sung@fws.gov or by phone at 503-872-2825.

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.
Mar 27, 2025, 11:04 AM UTC
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
Solicitation
Presolicitation
Similar Opportunities
J--R6 - Vehicle Repair/Maint BPA setup
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 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, with a focus on ensuring that vendors can provide certified mechanics and necessary repair parts. This BPA, valid from May 1, 2025, to April 30, 2035, aims to facilitate efficient vehicle maintenance for government operations while reserving 20% of awards for small businesses. Interested vendors must submit their proposals, including a signed form and hourly labor rates, to Robert Sung at robertsung@fws.gov by the specified deadlines to be considered for this opportunity.
J--Region 4 Heavy Equipment Maintenance and Repair BPA
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service (USFWS), is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment maintenance and repair services in Region 4. The selected vendor will be responsible for providing all necessary tools and personnel to perform diagnostics, maintenance, and repairs on various heavy equipment, including backhoes and dozers, with services encompassing preventative maintenance, emergency repairs, field diagnostics, parts provision, and waste disposal. This BPA, which is set for a duration of ten years, is crucial for ensuring the efficient management of operational equipment used by the USFWS across multiple states and territories, with individual orders limited to $2,500 and oversight from trained personnel. Interested parties can contact Joni Dutcher at jonidutcher@fws.gov or by phone at 571-447-8387 for further details.
NM-REFUGES-Z6 LE UPFIT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide upfit services for emergency vehicles, specifically Ford F-150 trucks, to enhance the safety and functionality of Federal Wildlife Officers. The project requires the installation of emergency lighting, sirens, control consoles, and other law enforcement tools, adhering to strict quality and safety standards while minimizing modifications to maintain vehicle resale value. This initiative is crucial for ensuring that wildlife law enforcement personnel are equipped with reliable and effective vehicles for their duties. Interested vendors must submit their quotes by April 18, 2025, with a delivery deadline set for September 30, 2025. For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
AK-KENAI NWR-ROAD REPAIR (EQUIP) RENTAL
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking quotes from qualified small businesses for the rental of heavy equipment necessary for road repairs at the Dolly Varden Lake Campground in Sterling, Alaska. The project involves rehabilitating 0.5 miles of gravel road, which includes addressing drainage, vegetation, and ensuring fish and wildlife passage, with the performance period set from May 28, 2025, to June 28, 2025. This procurement is critical for maintaining accessibility and safety within the Kenai National Wildlife Refuge while enhancing wildlife habitats. Interested vendors must submit their quotations by April 21, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award consideration. For further inquiries, contact Thomas Ikner at thomasikner@fws.gov.
J--Sole Source Notice of Intent
Buyer not available
The U.S. Fish and Wildlife Service intends to award a sole source contract to Thompson Machinery for urgent repair services related to ground effect vehicles, specifically to ensure the safety and operational capability of mission-critical equipment. This contract, valued at less than $250,000, is necessary to address repairs that are essential for loading and unloading operations, as the equipment is currently unsafe for operation. Interested parties who believe they can fulfill this requirement are invited to submit a statement of capabilities via email to Jeremy Tyler at jeremytyler@fws.gov, with no telephone inquiries accepted.
J--ID-MINIDOKA NWR-REPLACING BOAT ENGINE
Buyer not available
The U.S. Department of the Interior, specifically the Fish and Wildlife Service, is seeking bids for the repair and overhaul of a 2001 JetCraft boat at the Minidoka National Wildlife Refuge in Rupert, Idaho. The project entails significant upgrades, including replacing the boat's engine with a KEM 6.2L V8, overhauling the decking, and enhancing the electrical systems, alongside inspecting and servicing critical components to ensure operational reliability and safety. This refurbishment is crucial for maintaining the vessel's effectiveness in supporting wildlife conservation efforts. Interested vendors must submit their quotes by April 14, 2025, and ensure they are registered in the System for Award Management (SAM); the anticipated completion date for the project is March 31, 2025. For further inquiries, vendors can contact Tanner Frank at tannerfrank@fws.gov.
LE PATROL VEHICLE: FORD F150 OUTFITTING
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the outfitting of a 2024 Ford F-150 law enforcement vehicle for the Northwest Oregon District. The contract, structured as a Firm Fixed Price, requires the contractor to provide management, supervision, labor, and materials necessary to equip the vehicle with law enforcement tools, including radios, external lighting, winches, and appropriate markings. This procurement is crucial for enhancing law enforcement capabilities while ensuring compliance with federal, state, and local regulations, including safety and environmental standards. Interested vendors should contact Carrie Mahlmeister at cmahlmeister@blm.gov for further details, with the performance period set from May 1, 2025, to December 31, 2025.
MN-FWS DIV OF FACLTS MGMT-PLOW
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotes for the procurement of a V-Plow compatible with existing equipment, intended for delivery to the Seney National Wildlife Refuge by July 31, 2025. The specifications for the V-Plow include a cutting edge width of 9'8", a maximum total width of 10'8", and a maximum height of 6', with specific material and compatibility requirements to ensure functionality with a John Deere loader model 444J. This procurement is crucial for maintaining operational efficiency at the refuge, emphasizing the need for durable and compatible equipment. Interested suppliers must submit their quotes by April 8, 2025, and can direct inquiries to Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
ID-FWS BEAR LAKE NWR-FISH SCREEN
Buyer not available
The U.S. Fish and Wildlife Service is soliciting quotes for the conversion of five rotating drum-style fish screens to solar-powered electric designs at the Bear Lake National Wildlife Refuge in Idaho. This initiative aims to enhance the exclusion of invasive fish from wetlands while ensuring adequate water flow, with a focus on environmentally sustainable practices. The procurement is set aside for small businesses under NAICS code 221310, with the award based on the lowest priced compliant offer. Interested vendors must submit their quotations by 1:00 PM Eastern Time on April 9, 2025, with product delivery required by April 30, 2025, and the performance period extending from April 14 to July 14, 2025. For further inquiries, contact Joshua Stuart at joshuastuart@fws.gov.
CANY 2024 LE VEHICLE UPFITTING
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting quotes for the upfitting of a 2024 Ford F-150 Police Truck at Canyonlands National Park in Utah. The project involves equipping the vehicle with specialized law enforcement equipment, including emergency lighting, communication devices, and safety features, with installation expected to occur between April 21 and October 31, 2025. This procurement is crucial for enhancing public safety and operational efficiency within the park. Interested small businesses must submit their quotes by April 11, 2025, and are required to be registered with the System for Award Management (SAM) and possess a Unique Entity Identifier (UEI). For further inquiries, potential bidders can contact Luke Bowman at lukebowman@nps.gov or by phone at 928-638-7363.