25--WY-BLM-FLATBED FUELS SERVICE TRUCK
ID: 140L6225Q0029Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTWYOMING STATE OFFICECHEYENNE, WY, 82009, USA

NAICS

Motor Vehicle Body Manufacturing (336211)

PSC

VEHICULAR CAB, BODY, AND FRAME STRUCTURAL COMPONENTS (2510)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking proposals for the procurement and installation of a CM SK Deluxe flatbed or equivalent for a 2025/2026 Ford F-550. The contract requires compliance with federal acquisition regulations, including active registration in the System for Award Management (SAM) and adherence to various federal clauses. This procurement is essential for equipping the BLM with the necessary vehicle modifications to meet operational needs, with a total estimated cost ranging between $10,000 and $25,000. Interested vendors must submit their proposals, including a Unique Entity Identifier (UEI), to Contract Specialist Huong (Tiffany) Le via email by the specified deadline, ensuring all submissions comply with the outlined requirements.

    Point(s) of Contact
    Le, Huong
    (000) 000-0000
    (307) 775-6317
    hle@blm.gov
    Files
    Title
    Posted
    The document outlines specifications for a Request for Proposal (RFP) related to the procurement of a CM SK Deluxe flatbed or equivalent for the 2025/2026 Ford F-550 vehicle. Key requirements include the installation of dual fuel tanks, a 60-inch cab-to-axle measurement, a backup camera, and complete installation services. Additionally, C Tech Toolboxes are to be installed in the front driver's side toolbox. The RFP emphasizes the importance of meeting these technical specifications to ensure the vehicle meets operational needs. This document is part of federal and possibly local efforts to solicit qualified vendors for government vehicle modifications, highlighting the structured process of government procurement in acquiring customized solutions for specific vehicle requirements.
    The document is an amendment to a solicitation (number 140L6225Q0029) regarding the purchase and installation of a CM SK Deluxe flatbed or equivalent for a 2025/2026 Ford F-550. It outlines essential instructions for vendors on acknowledging the amendment, submission methods, and requirements for proposals. Notably, all offers must be submitted to the Contract Specialist, Huong (Tiffany) Le, via email by a specified deadline, along with a Unique Entity Identifier (UEI). The document emphasizes compliance with various federal regulations, including active SAM registration and payment terms as per FAR provisions. The amendment was issued to reflect responses to vendor questions received by June 12, 2025, ensuring a fair solicitation process. The estimated magnitude of the procurement ranges from $10,000 to $25,000, and bids should be inclusive of all costs, with delivery specified as F.O.B. destination. Overall, the amendment serves to clarify the procurement process, ensuring compliance, and providing necessary details for potential contractors while maintaining transparency and fairness in the solicitation.
    The document pertains to a government Request for Proposal (RFP) concerning the delivery, pickup, and installation of a new truck bed by a contractor. Key points include that the user will deliver the truck to the contractor’s workshop and will return to retrieve it once the installation is completed. The question regarding whether to include transportation costs in the quote is implicitly clarified as not necessary due to the user's arrangements for delivery and pickup. This arrangement underscores the logistics of the project and indicates a collaborative approach between the government and the contractor, where responsibilities for pickup and delivery are clearly delineated. The document reflects standard communication in federal procurement processes, where clarity on work location and responsibilities is essential for compliance and successful project execution.
    The document outlines a Request for Proposal (RFP) from the Bureau of Land Management (BLM) for the procurement of a CM SK Deluxe flatbed or equivalent for a 2025/2026 Ford F-550, including complete installation. The RFP emphasizes compliance with federal acquisition regulations and requires active registration in the System for Award Management (SAM). Interested offerors must submit proposals by the specified deadline and follow detailed instructions regarding the submission process, including the requirement to include a Unique Entity Identifier (UEI) number. Key requirements include maintaining various compliance standards, including federal rules on telecommunications equipment, and representing business status for small, veteran-owned, and women-owned enterprises. The evaluation will utilize a Lowest Priced Technically Acceptable (LPTA) approach, necessitating the technical acceptance of the proposals. Delivery deadlines are set for September 30, 2025, with expected total costs ranging from $10,000 to $25,000. The document encompasses necessary federal clauses and mandates that contractors adhere to statutory requirements throughout the contracting process. This procurement is vital for ensuring that the BLM has the necessary equipment for operational needs and emphasizes the government’s effort to support small businesses through set-aside programs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J--OFO I622616 VEHICLE REPAIR
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management, is soliciting proposals for vehicle repair services for a 2019 Jeep Grand Cherokee, focusing on front-end collision damage assessment and repair. Contractors must ensure compliance with Original Equipment Manufacturer (OEM) specifications and provide a 12-month warranty on parts and labor, with the project performance period set for three months post-award. This procurement is crucial for maintaining the operational readiness and safety of government vehicles, reflecting the agency's commitment to regulatory compliance and effective resource management. Interested small businesses must acknowledge receipt of the solicitation amendments and submit their proposals, including detailed repair plans and pricing, by the specified deadline to be considered for the contract. For further inquiries, potential bidders can contact Lashondra Hubbard at lhubbard@blm.gov or by phone at 520-780-3978.
    BLM FY25-2 Fall Consolidated Seed Buy.
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting proposals for the FY25-2 Fall Consolidated Seed Buy, aimed at acquiring various seed types for delivery to multiple locations. This procurement is open to all businesses, with a specific allocation of six awards reserved for Small Businesses under the NAICS code 113210, which has a size standard of $20.5 million. The seeds will be evaluated based on the Pure Live Seed (PLS) price per pound, adhering to strict quality standards to ensure compliance with federal and state seed laws, emphasizing the importance of environmental sustainability. Interested vendors must submit a complete bid package by the specified deadlines, with deliveries expected between August 15 and September 4, 2025. For further inquiries, vendors can contact Diane Barker at dbarker@blm.gov or by phone at (208) 387-5544.
    MCFO FENCE SUPPLIES
    Buyer not available
    The Bureau of Land Management (BLM) is seeking bids for the procurement of fencing supplies under solicitation number 140L3625Q0071, specifically for the Miles City Field Office in Montana. The Request for Quotations (RFQ) includes a variety of essential fencing materials such as steel brace posts, heavy-duty steel and wood line posts, mechanical gate closers, and various types of wire, with a firm fixed price contract anticipated. This procurement is crucial for supporting the BLM's infrastructure development and land management efforts, ensuring compliance with federal safety and quality standards. Interested vendors must submit their proposals by July 21, 2025, and are required to be registered in the System for Award Management (SAM); inquiries should be directed to the primary contact, Chad Clapp, via email at cclapp@blm.gov.
    F--Pre-solicitation Notice, WH&B Drive Trapping
    Buyer not available
    The Bureau of Land Management (BLM) is preparing to issue a Request for Proposal (RFP) for Wild Horse and Burro Drive Trapping Services, with the intention of awarding multiple contracts under a Firm-Fixed Price Indefinite-Delivery Indefinite-Quantity (IDIQ) framework. The contracts will span a total performance period of five years, from October 8, 2025, to October 7, 2030, and are aimed at supporting the management and conservation of wild horse and burro populations on public lands. This acquisition is set aside for small businesses, and the selection process will prioritize best value proposals based on technical merit, past performance, and price, with the government anticipating the award of two or more contracts. Interested parties should prepare for the solicitation release, expected around July 10, 2025, and must maintain an active registration in the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contact Melanie Stevens at mastevens@blm.gov or Lisa Turner at lturner@blm.gov.
    N--Purchase of Telecommunications services project se
    Buyer not available
    The Bureau of Land Management (BLM), part of the Department of the Interior, is seeking proposals from small businesses for the purchase of telecommunications services related to the installation at the South Fork Mountain Site in Shasta County, California. The project aims to enhance communication capabilities by relocating a prefabricated Rohn shelter, which is crucial for BLM's operational missions and public safety. Interested contractors must comply with federal labor standards, including minimum wage requirements, and submit their proposals electronically to the designated contact, Samuel Bon, by July 14, 2025, with the performance period set from July 31, 2025, to July 30, 2026. For further inquiries, potential bidders can reach Samuel Bon at sbon@blm.gov.
    WALK AND ROLL GRADER ATTACHMENT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management's Oregon State Office, is soliciting proposals for a Walk and Roll Grader Attachment to enhance road maintenance efficiency in the Burns District. This attachment, designed to be towed behind a John Deere Motor Grader 672G, is essential for compacting loose gravel, thereby improving road durability and reducing maintenance costs. The procurement emphasizes a total small business set-aside and requires compliance with federal regulations, with proposals evaluated based on technical approach and pricing. Interested vendors must submit their proposals electronically by the specified deadline, with a required delivery date set for October 20, 2025. For further inquiries, contact Benjamin Becker at babecker@blm.gov or call 503-808-6545.
    GB TEAM 6 LOGISTICS TRAILER
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking bids for the procurement of a new logistics trailer for the Great Basin 6 Incident Management Team. The trailer must be rugged and suitable for off-road use, with specific dimensions, weight capacities, and technical features to ensure operational efficiency in harsh environments. This procurement is crucial for equipping emergency management teams with the necessary resources to effectively respond to incidents. Interested contractors must submit their quotes electronically by July 16, 2025, with the performance period running from July 17, 2025, to November 17, 2026. For further inquiries, potential bidders can contact Stephen Loftus at stephenloftus@nps.gov or call 202-354-2267.
    D--FISSURE PEAK SITE MOVE
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified contractors for the relocation and setup of a Pepro shelter/vault from Riverside, CA, to Fissure Peak, CA, as outlined in Request for Quotation (RFQ) 140L1225Q0043. The project aims to enhance communication capabilities for critical operations, thereby improving employee and public safety while meeting resource protection needs. The contractor will be responsible for transporting the approximately 19,425 lbs shelter, ensuring compliance with safety regulations, and managing environmental risks during transport. Quotes must be submitted electronically by July 17, 2025, with a performance period from August 1, 2025, to July 31, 2026. For further inquiries, interested parties can contact Laurie Ehlinger at lehlinger@blm.gov or by phone at 608-377-3532.
    W--HEAVY EQUIP RENTAL - MCCOY FLATS CAMPGROUND
    Buyer not available
    The Bureau of Land Management (BLM) is seeking bids for the rental of heavy construction equipment to support the McCoy Flats Campground project in Vernal, Utah. The procurement includes a wheel loader, a smooth drum vibratory roller, and a water truck, with a primary rental period of 90 days starting around July 11, 2025, and options for 30-day extensions. This initiative underscores the BLM's commitment to efficient project execution and compliance with federal regulations while engaging small businesses, as the solicitation is set aside for total small business participation under NAICS code 532412. Interested contractors must submit their quotes by July 8, 2025, and can direct inquiries to Daniel Walker at dlwalker@blm.gov or by phone at 801-539-4219.
    F--Single Engine Scooper (SES) Flight Services for the Bureau of Land Management (
    Buyer not available
    The Bureau of Land Management (BLM), under the Department of the Interior, is seeking proposals for On-Call Single Engine Scooper (SES) Flight Services, with a five-year ordering period anticipated to begin with a solicitation issue date of July 23, 2025. The procurement requires contractor-operated and maintained aircraft capable of performing aerial firefighting operations, including scooping water from natural sources and dispensing fire retardants, with specific minimum aircraft requirements outlined. This service is critical for effective wildfire management and suppression efforts, ensuring rapid response capabilities in fire-prone areas. Interested contractors must be registered in the System for Award Management (SAM) and can contact Angelina Clements at angelinaclements@ibc.doi.gov or 571-479-0325 for further information.