COSO BLM requires replacement of a transfer case a
ID: 140L1725Q0008Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCOLORADO STATE OFFICELakewood, CO, 80225, USA

NAICS

General Automotive Repair (811111)

PSC

DIESEL ENGINES AND COMPONENTS (2815)
Timeline
    Description

    The Bureau of Land Management (BLM) within the Department of the Interior is soliciting proposals for the replacement of a transfer case and cooler on a 7300 SFA 4X4 vehicle, necessitated by damage to the existing transfer case. Bidders must possess a certified International (Navistar) facility accreditation and are evaluated based on total pricing, which includes labor, transportation, and parts, along with warranty provisions of 24 months for the transfer case and 12 months for its components. This procurement is crucial for maintaining the operational readiness of government vehicles, ensuring compliance with federal regulations, and upholding labor standards as outlined in the wage determination guidelines. Interested contractors should contact Anthony Morales at amorales@blm.gov or by phone at 303-239-3630, with the performance period set from February 28 to March 31, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a wage determination guideline under the Service Contract Act, issued by the U.S. Department of Labor. It outlines the minimum wage requirements for federal contractors in Colorado, specifically for various occupations that must adhere to established wage rates based on Executive Orders 14026 and 13658. For contracts initiated or extended after January 30, 2022, the minimum wage is set at $17.20 per hour; for contracts awarded between January 1, 2015, and January 29, 2022, the rate is $12.90 per hour. The document provides detailed wage rates for numerous job classifications, fringe benefits, and compliance requirements, including paid sick leave for qualifying contracts under Executive Order 13706. It emphasizes that contractors must meet both wage and benefit obligations, with additional specifications for unlisted job classifications through a conformance process. Overall, this wage determination aims to ensure fair compensation for workers in regulated federal contracts, maintaining labor standards and protections.
    The document outlines a Request for Proposal (RFP) for the replacement of a transfer case and cooler on a 7300 SFA 4X4 vehicle, necessitated by damage found in the existing transfer case. With a specified performance period from February 28 to March 31, 2025, bidders are required to possess a certified International (Navistar) facility accreditation. The proposal includes evaluating service providers based on total pricing, which encompasses labor, transportation, and part costs, alongside warranty provisions—24 months for the transfer case and 12 months for its components. The document also stipulates that, if the vendor is located outside designated areas, they are responsible for returning the vehicle post-repair. Additionally, compliance with various federal regulations and clauses is emphasized, particularly those involving telecommunications equipment and services, to ensure that contractors adhere to established safety and ethical standards. This RFP aims to facilitate the government in procuring reliable vehicle maintenance services, reflecting a structured approach in the procurement process while emphasizing accountability in execution.
    Lifecycle
    Title
    Type
    Similar Opportunities
    BDO-BFO BLM FY25 UTV PURCHASE W/TRADE-IN
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals from small businesses for the purchase of a Yamaha Viking Utility Terrain Vehicle (UTV) as part of solicitation number 140L2625Q0012, which includes trade-ins of two older vehicles. The procurement specifies detailed requirements for the new UTV, including seating capacity, engine specifications, and performance characteristics, emphasizing compliance with federal regulations and standards. This acquisition is crucial for supporting the BLM's operational needs in managing public lands effectively. Interested vendors must submit their proposals by February 26, 2025, and ensure they are registered in the System for Award Management (SAM); for further inquiries, they can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911.
    PURCHASE AND INSTALL OF A TRANSFER CASE AND RELATED ITEMS IN A 2020 FREIGHTLINER M2 106.
    Buyer not available
    The General Services Administration (GSA) is seeking qualified vendors for the purchase and installation of a transfer case and related items for a 2020 Freightliner M2 106. This procurement, identified under GSA requirement number 47QMMCCFTWG820451W01, is structured as a firm fixed-price contract and emphasizes participation from small businesses, adhering to Simplified Acquisition Procedures as outlined in the Federal Acquisition Regulation (FAR). The successful contractor will be responsible for ensuring compliance with EPA and OSHA standards, providing warranties for all items, and completing the installation within 120 days of order receipt at the Jacksonville, Florida drop-off location. Quotes are due by March 7, 2025, and must include itemized costs for parts and labor, with award selection based on the lowest price technically acceptable evaluation method. Interested vendors should contact Shawn Ryan at shawn.ryan@gsa.gov or Robert Yates at robert.yates@gsa.gov for further details.
    Fire Command Vehicle Upfitting
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified small businesses to provide upfitting services for Fire Command Vehicles under solicitation number 140L0625Q0005. The contract aims to enhance the operational capabilities of these vehicles, which are critical for effective wildland fire suppression, by ensuring compliance with safety and performance standards set by federal regulations. The performance period for this contract is from June 2, 2025, to June 1, 2030, with a focus on inclusivity, encouraging participation from small businesses, including those owned by disabled veterans and women. Interested parties must submit their quotations electronically by March 12, 2025, and can direct inquiries to Addison Page at apage@blm.gov or by phone at 303-236-3800.
    Truck Model HB2718 Transfer Case - Fairchild AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of a Truck Model HB2718 Transfer Case for Fairchild Air Force Base. This opportunity is categorized as a Total Small Business Set-Aside under the NAICS code 336350, which pertains to Motor Vehicle Transmission and Power Train Parts Manufacturing, indicating a focus on specialized vehicular components. The transfer case is critical for the operational efficiency of military vehicles, ensuring reliable power transmission in various conditions. Interested parties should reach out to Nathan Bond at nathaniel.bond@us.af.mil or Patrick Rangel at patrick.rangel@us.af.mil for further details, with the procurement process emphasizing small business participation.
    UWC NF Crew Carrier EN #8058 Engine Repair_Combined Synopsis_RFQ
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking quotations for engine repair services for a 2017 International Crew Transporter (EN 8058) due to an oil leak. The procurement is aimed at small businesses, requiring comprehensive pricing for various repairs, including oil leak fixes, cover replacements, and gasket installations, with a completion deadline set for April 16, 2025, following an anticipated award date of March 10, 2025. This opportunity underscores the importance of maintaining operational vehicles within the Forest Service, ensuring they remain functional and efficient for their critical missions. Interested vendors must submit their quotes by March 4, 2025, and are encouraged to contact Whit Fausett at arlen.fausett@usda.gov for further inquiries.
    TRANSFER TRANSMISSION
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime (Albany), is conducting a market survey for a one-time purchase of TRANSFER TRANSMISSION (NSN: 2520 - 150281237). This procurement aims to gather information from potential suppliers to inform the development of a Request for Proposal (RFP) that aligns with military operational needs, focusing on the capabilities, pricing, and delivery timelines of the specified item. The TRANSFER TRANSMISSION is critical for vehicular power transmission components, underscoring its importance in supporting military logistics and operations. Interested suppliers must submit their responses by February 28, 2025, and can direct inquiries to Garrison Ball at garrison.ball@dla.mil or call 614-692-8861 for further information.
    93--Bison Trophy IDV
    Buyer not available
    The Bureau of Land Management (BLM) is seeking quotes for the procurement of Buffalo Trophy Bases through an Indefinite Delivery Vehicle contract, specifically set aside for small businesses. The contract aims to establish a firm fixed price over three years, with orders placed as needed, focusing on the delivery of trophy bases that meet specified dimensions and quality requirements, excluding glass and engraving. These trophy bases are intended for use in commemorating achievements related to bison conservation and management, highlighting the importance of such items in promoting wildlife preservation efforts. Interested contractors should contact Brian Peck at bpeck@blm.gov or call 303-236-1046 for further details, with a firm delivery expectation set at approximately 90 days post-order receipt.
    Transmission, Mechanical, Vehicular, GEN IV
    Buyer not available
    The Defense Logistics Agency (DLA) Land Warren is soliciting proposals for the procurement of Generation IV vehicular transmissions, specifically those with iron valve bodies, under the contract titled "Transmission, Mechanical, Vehicular, GEN IV." This opportunity is classified as unrestricted, allowing participation from a diverse range of businesses, and includes detailed specifications based on National Stock Numbers (NSNs), pricing structures, and contractual obligations for inspection and acceptance at the origin. The transmissions are critical components for military vehicles, necessitating adherence to stringent quality assurance standards and military specifications to ensure operational reliability and longevity. Interested offerors should submit their proposals electronically, adhering to the specified deadlines, and can direct inquiries to Patricia M. Roussin at patricia.roussin@dla.mil or by phone at 586-467-1174.
    J--MN FWS ARD FSHRS Fish Distribution Truck Repair BP
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking to establish a Blanket Purchase Agreement (BPA) for the repair of large diesel trucks used in fish distribution efforts across three National Fish Hatcheries in Michigan and Wisconsin. The BPA, valued at up to $250,000, will cover a five-year period from April 1, 2025, to March 30, 2030, and aims to ensure the operational readiness of the fleet by providing necessary diagnostics and repair services. This initiative is crucial for maintaining transportation resources essential for wildlife conservation and restoration efforts in the Great Lakes region. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    25--PARTS KIT,TRANSFER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for a parts kit related to vehicular equipment components, specifically under the solicitation titled "25--PARTS KIT,TRANSFER." This procurement aims to acquire essential motor vehicle transmission and power train parts, which are critical for maintaining operational readiness and efficiency within military vehicle fleets. Interested vendors should direct any inquiries regarding this solicitation to the buyer listed in the solicitation document, accessible via the DLA's DIBBS platform, with the primary contact email being DibbsBSM@dla.mil. Further details regarding submission deadlines and evaluation criteria will be outlined in the solicitation documentation.