WY-BLM-FLATBED FUELS SERVICE TRUCK
ID: 140L6225Q0029Type: Combined Synopsis/Solicitation
AwardedJul 21, 2025
$10.7K$10,700
AwardeeMGS INC 178 MUDDY CREEK CHURCH RD Denver PA 17517 USA
Award #:140L6225P0034
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
    87--Delta WH&B Facility Hay
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the procurement of 350 tons of weed-free alfalfa hay for the Delta Wild Horse and Burro Facility in Utah. The hay must be from the 2025 harvest, domestically grown, and meet specific quality and baling standards, with delivery required by January 31, 2026. This procurement is a total small business set-aside and will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation approach. Interested offerors must submit their quotes by December 15, 2025, at 5:00 PM Mountain Time via email to Tori Blunt Mayes at tbluntmayes@blm.gov, and must be registered in SAM.gov to be eligible for consideration.
    F--Limited Sources Justification posting for BPA Order 140L0625F0156.
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is issuing a special notice regarding a Limited Sources Justification for a sole-source contract with Environmental Management and Planning Solutions Inc (EMPSi) for Planning and NEPA Services related to a Resource Management Plan Revision and an Environmental Impact Statement. This procurement aims to leverage EMPSi's unique expertise and previously developed tools, which are critical for addressing new directives and pending litigation concerning energy and critical minerals in North Dakota. The justification for this sole-source contract is based on the significant cost and time implications of duplicating EMPSi's work, which could result in an estimated additional expense of $350,000 and a six-month delay in project completion. For further inquiries, interested parties may contact Shawn Haubner at shaubner@blm.gov.
    R--This is a sources sought, request for information
    Interior, Department Of The
    The Bureau of Land Management (BLM), part of the Department of the Interior, is issuing a Sources Sought Notice and Request for Information (RFI) for an Energy Management Information System (EMIS). The primary objective of this RFI is to gather information for planning purposes regarding a system that will centralize energy auditing, manage utility data across approximately 2,200 accounts and 175 facilities, and support federal energy conservation mandates, with an annual utility cost of around $9.4 million. The EMIS will be crucial for tracking energy and water consumption, renewable energy generation, and greenhouse gas emissions, while also providing various reporting capabilities and integrating with existing financial systems. Interested firms are encouraged to contact Shane Mundt at smundt@blm.gov or call 406-594-9282 to discuss their capabilities and insights regarding this opportunity.
    WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality by installing a potable water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the contractor to provide and install necessary filtration equipment within the campground's pump room. With an estimated project cost between $25,000 and $100,000, the procurement is set aside for small businesses, and key deadlines include a site visit on January 7, 2026, and a quote submission due by January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and must adhere to federal acquisition regulations throughout the project.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    25--FENDER,VEHICULAR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of vehicular fenders, specifically NSN 2510014989494. The contract will involve an estimated quantity of 351 units, with a guaranteed minimum of 52 units, and is expected to result in an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000. These fenders are critical components for military vehicles, and the items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    2026 SMJ FOOD BOXES
    Interior, Department Of The
    The Bureau of Land Management (BLM), through the National Interagency Fire Center (NIFC), is seeking quotations for the procurement of food items for Smokejumper Food Kits for fiscal year 2026. The solicitation, identified as Number 140L3726Q0004, requires specific food items such as bean dip, peanut butter-filled pretzels, and toaster pastries, with all items needing to have expiration dates no earlier than September 2026 and delivery by April 1, 2026. This acquisition is crucial for supporting the nutritional needs of smokejumpers during fire suppression operations, and it is set aside for Women-Owned Small Businesses (WOSB). Interested vendors must submit their offers via email to Casey Boyd at cmboyd@blm.gov by December 16, 2025, at 5 PM Eastern, and must be registered in SAM and WOSB certified to be eligible for consideration.
    59--RM YOUNG REPAIR PARTS, FY26
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management at the National Interagency Fire Center, intends to negotiate a contract with R.M. Young Company, LLC for the procurement of repair and calibration parts for the R.M. Young Wind Speed and Wind Direction Sensor. This acquisition is critical for maintaining the functionality of equipment used in monitoring environmental conditions, which is essential for effective fire management and response operations. The estimated value of this contract is $202,465.82, and interested parties must submit their qualifications by 5 PM Eastern on December 26, 2025, to be considered, as no Request for Quotation will be issued. For inquiries, contact Casey Gean Boyd at cmboyd@blm.gov.
    F550 Retrofitting
    Homeland Security, Department Of
    The United States Secret Service (USSS) is conducting a Request for Information (RFI) to identify potential vendors for retrofitting F-550 Ford Super Duty vehicles into Mobile Command Vehicles. The retrofit will involve significant modifications, including the installation of a rear conference room, upgraded HVAC systems, leveling jacks, a telescopic mast with a camera system, enhanced emergency lighting, and a comprehensive communication and computer network system. This initiative is crucial for enhancing operational capabilities during protective and investigative missions. Interested parties are encouraged to submit their responses by December 30, 2025, and may contact Aisha Collins or Jade Gaston via email for further inquiries.