GETT - Brand Name Tractor Repair Services
ID: 140P4225Q0012Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02129, USA

NAICS

Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing (333112)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is seeking qualified vendors to provide brand name repair services for two John Deere tractors at Gettysburg National Military Park. The procurement aims to address specific repair needs for a 2010 John Deere 5085M and a 2016 John Deere 5065E, which require authorized labor and OEM parts to ensure proper functionality and maintain warranty coverage. This opportunity is critical for maintaining the operational efficiency of park equipment, emphasizing the necessity for repairs to prevent further damage. Interested vendors must submit their quotes by April 9, 2025, and direct any questions to Eric Hubbell at eric_hubbell@nps.gov or by phone at 484-269-7159.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the justification and approval for a sole-source procurement related to the repair of two John Deere tractors at Gettysburg National Military Park. The first tractor, a 2010 John Deere 5085M, requires extensive repairs due to a broken PTO shaft, while the second tractor, a 2016 John Deere 5065E, has an oil leak resulting from missing pinion bearing rollers. The repairs necessitate authorized labor and Original Equipment Manufacturer (OEM) parts to maintain warranty coverage and ensure proper functionality. Market research indicated that only authorized John Deere dealerships can provide the necessary repair services and parts, as other service providers lack access to proprietary diagnostic systems. Two qualified small businesses were identified within proximity to the park. The document emphasizes the urgency of these repairs to prevent further damage to the equipment, necessitating a brand-specific acquisition approach. The contracting officer and project officials certify the need for this procurement based on the outlined conditions, ensuring compliance with federal procurement regulations.
    The document is a Request for Quotation (RFQ) for services to repair John Deere tractors at Gettysburg National Military Park, issued by the National Park Service. It outlines a combined synopsis/solicitation process adhering to Federal Acquisition Regulations (FAR), emphasizing that submissions must meet technical specifications and price criteria. This 100% small business set aside opportunity requires that participating vendors utilize certified repair technicians and authorized parts, ensuring compliance with specific performance standards. Key dates include the submission of questions by April 1, 2025, and quotes by April 9, 2025. The selection is based on the lowest price meeting requirements, with detailed instructions for quote submission, required documentation, and clauses governing contractor compliance. The document identifies necessary certifications and representations and highlights terms for payment, insurance, and contract management. The overall purpose is to facilitate the procurement of specialized maintenance services while promoting small business involvement in government contracts, ensuring quality and regulatory adherence.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    J030--Request for Quote Emergency Generator Repairs Baltimore VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to perform emergency generator repairs at the Baltimore VA Medical Center. The procurement involves corrective maintenance on six Cummins Allison diesel generators, requiring restoration to original equipment manufacturer (OEM) standards, including repairs to leaks, exhaust systems, and fuel pumps, while adhering to NFPA, EPA, and OSHA regulations. This contract is crucial for maintaining reliable emergency power infrastructure at the facility, ensuring compliance with safety and operational standards. Interested parties must submit their quotes by December 22, 2025, at 13:00 Eastern Time, and can direct inquiries to Contract Specialist Patricia Thai at Patricia.Thai@va.gov.
    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, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    J023--Automotive Truck Repair CMOP Hines (EPS)-765 (765-26-1-715-0003) / (VA-26-00009705)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the repair of a 2008 Ford F-350 truck, specifically addressing a non-functioning air conditioning unit, through its National CMOP Office in Hines, Illinois. Vendors must be certified Ford repair centers, registered with local and state authorities, possess ASE certification, and maintain an active SAM.gov profile in good standing. The repairs are to be conducted within a 30-mile radius of the EPS worksite and completed within 7 days of contract signing, with all costs, including parts and labor, determined at the time of award. Interested vendors must submit their proposals by December 17, 2025, at 2 PM CST, and can direct inquiries to Contracting Specialist Wade Cunningham at wade.cunningham@va.gov or by phone at 913-946-1981.
    ENGINE, DIESEL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of diesel engines, specifically the John Deere part number RG6081HT001, under a Firm-Fixed Price contract. This opportunity is set aside for small businesses, requiring bidders to submit proposals that include the total quantity of one engine for the basic order and one for the option, with delivery terms specified as FOB Destination. The solicitation emphasizes compliance with packaging, marking, and traceability documentation, ensuring accountability for items with a government acquisition cost of $5,000 or more. Interested parties can direct inquiries to Junae Tabb at Junae.Tabb@dla.mil or by phone at 586-467-1190, with submissions to be made electronically via the SAM.gov platform.
    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.
    28--REPAIR KIT,DIESEL E
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for a procurement opportunity involving a repair kit for diesel engines, specifically NSN 2815015477041. The requirement includes a quantity of 55 units to be delivered to DLA Distribution San Joaquin within 142 days after order (ADO), with the approved source being 7PZX0 P12620294. This procurement is crucial for maintaining operational readiness and support for military diesel engines. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    ENGINE, DIESEL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of diesel engines under the title "ENGINE, DIESEL." The procurement aims to secure a contractor capable of meeting a Repair Turnaround Time (RTAT) of 239 days, with all repair work adhering to specified quality standards and operational requirements. These diesel engines are critical components for various military applications, emphasizing the importance of timely and effective repair services. Interested contractors should submit their quotes, including pricing and RTAT details, to Kristen Wardecker at KRISTEN.L.WARDECKER.CIV@US.NAVY.MIL by the specified deadline, with further inquiries directed to the provided contact number.
    Pacific Continental Midwest Grounds & Cemetery Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), specifically the National Cemetery Administration (NCA), is seeking qualified small businesses to supply grounds maintenance and cemetery operations equipment for the Pacific, Continental, and Midwest District National Cemeteries. The procurement aims to establish multiple-award Blanket Purchase Agreements (BPAs) for new, commercially available equipment, including tractors, mowers, trailers, excavators, and forklifts, all meeting OEM specifications and warranties. This equipment is crucial for maintaining the operational standards of national cemeteries, ensuring they remain well-kept and respectful environments for veterans. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), must submit their responses, including company information and capabilities statements, in PDF format by the specified deadline to Brian Trahan at brian.trahan@va.gov.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.