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, under the Department of the Interior, is seeking proposals for the repair of a John Deere 7420 tractor at the Aransas Matagorda Island National Wildlife Refuge in Austwell, Texas. This procurement is a total small business set-aside, aimed at engaging authorized John Deere service centers to diagnose and repair transmission issues affecting the tractor. The repair services are critical for maintaining operational efficiency at the refuge, with the project timeline set from June 30, 2025, to August 29, 2025, and quotes due by June 20, 2025. Interested vendors must be registered in SAM.gov and provide detailed pricing and past performance information, with evaluations based on technical expertise, pricing, and past performance history. For further inquiries, potential offerors can contact Khalilah Brown at khalilah_brown@fws.gov or by phone at 571-547-3407.

    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 the amendment to solicitation number 140FS225Q0129, which pertains to the repair of a John Deere 7420 tractor at the Aransas Matagorda Island National Wildlife Refuge in Texas. The amendment serves to cancel the Request for Quote (RFQ) entirely, with the project being set aside for small businesses. The intent was to contract an authorized service center for diagnostic and repair services, particularly related to transmission issues experienced by the tractor. Potential vendors were required to provide quote submissions detailing costs on company letterhead, indicate active registration in SAM.gov, and follow guidelines specified in an attached Statement of Work and Wage Determination 2015-5305. Evaluation of quotes was based on a "Best Value" approach, considering technical expertise, competitive pricing, and past performance history. Submission details, including a deadline of June 20, 2025, were provided. The amendment aims to clarify and communicate essential changes in the solicitation process and ensure compliance with federal contracting procedures, reflecting the importance of transparent communication within government procurement activities.
    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
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    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.
    MN VALLEY DEBRIS BLOWER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the procurement of a debris blower for the Minnesota Valley National Wildlife Refuge. The required debris blower must feature a 24.6 hp gas engine, a high-efficiency axial flow fan, and a handheld wireless RF controller, among other specifications, with a delivery date set for March 1, 2026. This equipment is crucial for maintaining the refuge's landscape and ensuring the health of its ecosystems. Interested small businesses must submit their quotations by December 22, 2025, to Jeremy Riva at jeremyriva@fws.gov, with the award based on best value considerations including specifications compliance, past experience, and price.
    CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a firm-fixed-price contract to supply one outboard motor specifically designed for law enforcement patrol boats operating in Montana's lakes and rivers. The procurement requires a 200 hp, 4-stroke, V6 outboard motor with specific features such as Smartcraft compatibility and an 85 amp alternator, along with necessary installation components and labor for the motor replacement. This acquisition is a 100% Total Small Business set-aside, emphasizing the importance of the motor for effective law enforcement operations in diverse water conditions. Quotes are due by January 2, 2026, at 5:00 PM EST, and interested vendors should contact Khalilah Brown at khalilahbrown@fws.gov for further details.
    38--OR-WILLAMETTE VLY NWR-EXCAVATOR GRAPPLE
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to provide a 3X4 Hydraulic Dangle Head Rotating Grapple for the William L. Finley National Wildlife Refuge in Corvallis, Oregon. This procurement is a total small business set-aside and requires the grapple to meet specific salient characteristics, including compatibility with a Volvo EC140E Excavator, and to be delivered within 90 days of contract award. The grapple will be utilized for forestry, logging, and land-clearing operations, highlighting its importance in maintaining the refuge's ecological integrity. Quotes are due by December 22, 2025, and must be submitted to Marshall Richard via email; interested parties must also be registered with SAM.gov to be eligible for consideration.
    MN-MN VLY NWR-VEHICLE LIFT PURCHASE AND INSTALLATI
    Interior, Department Of The
    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.
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Interior, Department Of The
    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.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Santa Ana National Wildlife Refuge in Alamo, Texas. The procurement includes a base period of one year, with the potential for up to four additional option years, requiring services three days a week during specified evening hours. These janitorial services are crucial for maintaining the cleanliness and functionality of the refuge facilities, ensuring a welcoming environment for visitors and staff. Quotes are due by December 17, 2025, at 10 AM EST, and interested parties should submit their proposals via email to Dana Arnold at danaarnold@fws.gov, including all required documentation as outlined in the solicitation.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Polaris Snowmobile Sierra NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of a 2025 Polaris Ranger Crew XP 1000 snowmobile for the Sierra National Forest Bass Lake Ranger District. The primary objective is to enhance operational capabilities in managing national forest resources through the acquisition of this advanced vehicle, which features an 82 HP ProStar 4-Stroke engine, advanced drivetrain capabilities, and various safety and comfort features. Proposals must be submitted by December 18, 2024, with questions accepted until December 13, 2024; interested parties should contact Tammy Perrine at tammy.perrine@usda.gov for further information. This procurement is set aside for small businesses under NAICS code 336999, with a size standard of 1,000 employees.