TX-ARANSAS NWR-JOHN DEERE TRACTOR REPAIR
ID: 140FS225Q0129Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls 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- TRACTORS (J024)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Fish and Wildlife Service is seeking proposals for the repair of a John Deere 7420 tractor located at the Aransas Matagorda Island National Wildlife Refuge in Austwell, Texas. The procurement is a total small business set-aside, aimed at soliciting bids from authorized John Deere service centers capable of diagnosing and addressing transmission issues with the tractor, which is currently unable to move forward when shifted into the forward gear. This repair is critical for maintaining operational efficiency within the refuge, ensuring that essential services can continue without disruption. Proposals are due by June 20, 2025, with the service completion timeline set from June 30, 2025, to August 29, 2025. Interested parties should contact Khalilah Brown at khalilah_brown@fws.gov or 571-547-3407 for further details.

    Point(s) of Contact
    Brown, Khalilah
    (571) 547-3407
    (000) 000-0000
    khalilah_brown@fws.gov
    Files
    Title
    Posted
    The document addresses a critical operational issue with a John Deere 7420 tractor located in Austwell, TX. The tractor is unable to move forward when shifted into the forward gear, instead moving in reverse, despite functioning well in reverse gear. A technician who specializes in John Deere equipment has assessed the situation and suggests that the issue is likely related to the transmission. However, a conclusive diagnosis cannot be provided without a thorough examination of the internal components of the transmission. The summary reflects the current technical challenge faced with the equipment, highlighting the need for further investigation and repair, potentially paving the way for a request for proposals (RFP) related to repair services.
    The provided government file appears to contain a mixture of corrupted data and gibberish, hindering any coherent interpretation. Despite the lack of clear content, the file seems to relate to federal and local grant requests or RFPs (Requests for Proposals), which traditionally outline funding opportunities for various projects. Such documents usually include guidelines, application procedures, and eligibility requirements aimed at encouraging proposals that meet specific government objectives. Given that RFPs are essential for communicating government funding initiatives, the file likely serves a similar purpose, although the actual information is obscured. A typical government RFP would detail project goals, financial constraints, timelines, and evaluation criteria, focusing on areas like community development, infrastructure improvements, and sustainable practices. Overall, the primary intent of these documents is to solicit proposals that can effectively address government needs, facilitating collaboration between public sector entities and private organizations or individuals. However, without decipherable content, the specific details and structure are unascertainable.
    The document outlines a Request for Proposal (RFP) for the repair of a John Deere 7420 tractor at the U.S. Fish and Wildlife Service's Aransas Matagorda Island National Wildlife Refuge in Austwell, Texas. This acquisition is a 100% small business set-aside, designed to solicit proposals from authorized John Deere service centers capable of diagnosing and repairing transmission issues with the tractor. The completion timeline for services spans from June 30, 2025, to August 29, 2025, with quotes due by June 20, 2025. Offerors must provide detailed pricing, past performance information, and be actively registered in the System for Award Management (SAM.gov). Evaluation criteria include technical expertise, competitive lead times, pricing, and past performance history. The document specifies that the contractor must follow standard invoicing procedures using the U.S. Department of the Treasury's Invoice Processing Platform. It also incorporates various federal contract clauses that govern terms, conditions, and compliance, reinforcing the importance of adhering to government procurement standards. This RFP serves as a clear directive for small businesses to engage with federal contracting opportunities while ensuring compliance with regulations and fostering responsible business practices in government services.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    J--R6 - Vehicle Repair/Maint BPA setup
    Buyer not available
    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 robertsung@fws.gov.
    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.
    TX JOCELYN NUNGARAY NWR (formerly Anahuac NWR) HAZ
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for hazardous fuels and debris removal at the Jocelyn Nungaray National Wildlife Refuge in Texas. The project involves the management of vegetation and debris across 400 acres, with specific guidelines for mulching, regrowth prevention, and work area cleanup, aimed at reducing wildfire risks and maintaining wildlife habitats. This initiative underscores the government's commitment to environmental conservation and public safety, with the contract running until December 31, 2026. Interested small businesses can contact Jeremy Riva at jeremyriva@fws.gov or call 240-381-7321 for further details and must submit their bids electronically by the specified deadline.
    TX Hazardous Fuel and Debris Removal Anahuac NWR
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for a contract focused on hazardous fuel and debris removal at the Jocelyn Nungaray National Wildlife Refuge in Anahuac, Texas. This project encompasses approximately 161 acres and aims to remove trees, shrubs, unwanted woody species, and human debris to enhance habitat safety and ecological health, with operations scheduled to commence upon award and continue until July 31, 2026. The contract is set aside for small businesses, emphasizing compliance with the Federal Acquisition Regulation (FAR) and requiring contractors to manage all resources independently, ensuring minimal soil disturbance and timely reporting. Interested parties can contact Jeremy Riva at jeremyriva@fws.gov or by phone at 240-381-7321 for further details.
    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.
    JBSA KUBOTA KUV Maintenance Services
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for maintenance services for Kubota Utility Vehicles (KUV) at Joint Base San Antonio (JBSA), Texas, under contract number FA301625R0047. The procurement aims to secure non-personal services that include management, tools, supplies, equipment, parts, and labor necessary for the inspection, maintenance, and repair of 49 KUVs, ensuring their operational readiness and compliance with applicable regulations. This contract is particularly significant as it is set aside for small businesses, with a focus on Women-Owned Small Businesses (WOSB), reflecting the federal commitment to support diverse enterprises in fulfilling military maintenance needs. Interested contractors must submit their proposals by July 10, 2025, and direct any inquiries to Theresa Viveros at theresa.viveros@us.af.mil or N. Marie Phillips at norena.phillips@us.af.mil.
    Compact Tractor and Attachments
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from small businesses for the procurement of a new compact tractor and attachments to support maintenance operations at Lock and Dam 3 in Welch, Minnesota. The contractor will be responsible for supplying a Kubota LX3520 HSDC tractor, which must meet specific performance specifications, including a minimum of 34 horsepower, and delivering it along with any attachments by September 30, 2025. This equipment is crucial for maintaining the natural embankment along the Mississippi River and for flood response efforts, reflecting the government's commitment to maintaining critical infrastructure. Interested parties should contact Karl Just at karl.p.just@usace.army.mil or Jesse Onkka at Jesse.L.Onkka@usace.army.mil for further details, and proposals must be submitted electronically in accordance with the solicitation requirements.
    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.
    FY 25 Preventative Maintenance on and Repairs to Caterpillar, Volvo and John Deere Equipment and Engines
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Philadelphia District is seeking qualified contractors for preventative maintenance and repairs on Caterpillar, Volvo, and John Deere equipment and engines as part of a Sources Sought Notice for Fiscal Year 2024. The procurement aims to assess industry interest and ensure a sufficient pool of contractors, both large and small, capable of performing essential maintenance tasks, including fluid sample testing and emergency/non-emergency repairs on specified heavy equipment. This IDIQ contract will span multiple years, with performance periods running from approximately April 21 to April 20 each year until April 2030, covering various locations in Pennsylvania, New Jersey, Delaware, and Maryland. Interested contractors must submit their qualifications and capability statements via email to Tiffany Chisholm by November 14, 2024, and must be registered in the System for Award Management (SAM).
    TX Jocelyn Nungaray NWR - Metal Roof Removal on Wa
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting quotes for the removal of a rusted metal roof and debris disposal at the Jocelyn Nungaray National Wildlife Refuge in Winnie, Texas. The project aims to address safety hazards while ensuring the structural integrity of the underlying facility is maintained, requiring contractors to provide all necessary labor, tools, and compliance with federal, state, and local regulations, including OSHA standards. This procurement is part of broader federal efforts to engage local contractors and promote diverse business classifications, with a focus on safety, efficiency, and value in contractor selection. Interested contractors must attend a mandatory site visit on July 7, 2025, and submit their quotes by July 17, 2025, with further inquiries directed to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.