GSA Fleet Vehicle Parts
ID: W519TC-25-Q-2093Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Other Motor Vehicle Parts Manufacturing (336390)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- VEHICULAR EQUIPMENT COMPONENTS (J025)

Set Aside

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

    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for multiple Blanket Purchase Agreements (BPAs) to supply GSA Fleet vehicle parts for the Pine Bluff Arsenal in Arkansas. The procurement aims to establish a five-year agreement, with individual orders capped at $25,000, ensuring a reliable supply of necessary parts for maintaining the GSA Fleet vehicles. This initiative is crucial for supporting operational effectiveness and compliance with environmental regulations, as contractors must adhere to specific delivery timelines and provide documentation related to hazardous materials. Proposals are due by February 12, 2025, at 5:00 PM (CST), and interested parties can reach out to Carly Frye at carly.c.frye.civ@army.mil or John Fotos at john.g.fotos.civ@army.mil for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to Solicitation W519TC-25-Q-2093, modifying conditions related to a government contract involving the Army Contracting Command – Rock Island. The primary purpose of Amendment 0001 is to address contractor inquiries regarding the solicitation process, specifically confirming the accuracy of attachment information and clarifying that the awardee or their partner is not required to have a local office as long as they meet delivery schedules. While the amendment incorporates these responses, it clarifies that all other terms and conditions of the original solicitation remain unchanged. Further, it emphasizes the importance of acknowledging the amendment in submitted offers. The extension of the proposal submission deadline is stated but underlines that the submission must be acknowledged properly to avoid rejection. The overall aim is to ensure transparency and facilitate adherence to protocols in the contracting process, contributing to effective government procurement practices.
    The document outlines a Blanket Purchase Agreement (BPA) for vehicle parts at Pine Bluff Arsenal, necessary for maintaining the GSA Fleet vehicles. The BPA limits individual orders to $25,000 and spans multiple performance periods from February 21, 2025, to February 20, 2030. Authorized Ordering Officers are designated, and delivery timelines require parts to be delivered within two business days for standard orders and one business day for emergencies. Compliance with various environmental laws, including obtaining necessary licenses and certifications, is emphasized throughout the document. The contractor is also mandated to report any environmental compliance issues and maintain records of hazardous materials used. Furthermore, the contractor must implement waste management protocols and stormwater pollution prevention measures, complying with specified federal and state requirements. The inventory list for vehicles highlights the diverse fleet, underscoring the need for ongoing maintenance and parts supply. Overall, the BPA aims to ensure timely and environmentally responsible procurement of vehicle parts, supporting efficient operations at the facility.
    The document outlines Solicitation W519TC25Q2093, issued by the Army Contracting Command - Rock Island, for multiple Blanket Purchase Agreements (BPAs) to supply GSA Fleet vehicle parts to Pine Bluff Arsenal (PBA). It specifies a five-year agreement with no individual order exceeding $25,000. Proposals are due by February 12, 2025, at 5:00 PM (CST). Offerors must provide documentation demonstrating their capability to supply vehicle parts, with performance periods and pricing options clearly defined. The government allows multiple awards and emphasizes fair competition, using criteria such as price, past performance, and delivery capabilities for call orders. Contractors must comply with security training requirements and provide Material Safety Data Sheets for certain products. The document incorporates various federal regulations and highlights the importance of protecting proprietary information. The BPA aims to facilitate efficient procurement of vehicle parts, ensuring compliance and operational effectiveness within established financial limits. Overall, this solicitation reflects the government's goal of enhancing its supply chain while supporting small business initiatives.
    Lifecycle
    Title
    Type
    GSA Fleet Vehicle Parts
    Currently viewing
    Solicitation
    Similar Opportunities
    Armored Multi-Purpose Vehicles for Full Rate Production Contract - Request for Proposal
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Detroit Arsenal, is soliciting proposals for the Full Rate Production (FRP) of Armored Multi-Purpose Vehicles (AMPVs) under a modification to contract W56HZV-23-C-0024. The procurement aims to secure up to 240 vehicles annually over three additional option years, totaling 720 vehicles and associated support kits, with the solicitation directed solely to BAE Systems Land & Armaments L.P. This initiative underscores the Army's commitment to enhancing its armored vehicle capabilities, ensuring that military requirements are met with accountability and compliance. Proposals are due by 5:00 PM Eastern Standard Time on April 30, 2025, and interested parties can direct inquiries to Chelsea Szostak at chelsea.r.szostak.civ@army.mil or Lisa Roulo-Lo Savio at lisa.r.roulo-losavio.civ@army.mil.
    5-year BPA 17-4 stainless steel ingots for foundry castings
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for a Blanket Purchase Agreement (BPA) to procure 17-4 stainless steel ingots essential for foundry castings at the Rock Island Arsenal, Joint Manufacturing and Technology Center. This BPA is intended to span five years, with a total purchase cap of $7.5 million and individual orders not exceeding $250,000. The ingots are critical for manufacturing processes, ensuring the availability of high-quality materials for defense-related applications. Interested vendors must demonstrate three years of relevant experience and submit their proposals to Contract Specialist Christine Baker by the specified deadline, with evaluations focusing on technical capabilities, pricing, and past performance.
    Supply Blanket Purchase Agreement
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for supplies under the NAICS code 336999. The BPA holder must be able to provide replacement parts for all ATVs, UTVs, and MUTVs, with specific items and quantities determined on individual BPA calls. The orders will be delivered to Fort Drum, NY or Fort Polk, LA. The BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) before entering into a BPA. For more information, contact Amanda Bellnier at amanda.l.bellnier.civ@mail.mil.
    Building and Equipment Life Cycle Management for Preventive and Demand Maintenance Through Aberdeen Proving Ground Facility Management Support (FMS), General Fund Enterprise Business System (GFEBS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking vendors for a contract focused on Building and Equipment Life Cycle Management through the General Fund Enterprise Business System (GFEBS) and Facility Management Support services at Aberdeen Proving Ground (APG). The primary objective is to identify potential sources capable of fulfilling a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract to support the Department of Public Works (DPW) in managing preventive and demand maintenance across multiple facilities. This initiative is crucial for maintaining operational efficiency and compliance with Army regulations, ensuring effective asset, work order, and inventory management while adhering to strict data integrity and security protocols. Interested parties must submit capability statements by March 13, 2025, and can contact Scott Nunley at scott.e.nunley.civ@army.mil or Donna Poteat at donna.n.poteat.civ@army.mil for further information.
    BATTERY KIT, and BOLT, BATTERY SUPPORT
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Rock Island, is soliciting proposals for the procurement of a battery kit and battery support bolt to support operations at the Rock Island Arsenal's Joint Manufacturing and Technology Center. This solicitation emphasizes the acquisition of commercial items under FAR Part 12 and 13, with a focus on promoting small business participation, including service-disabled veteran-owned and women-owned businesses. The selected contractor will be required to adhere to strict delivery timelines, with proposals due by 10:30 AM on March 17, 2025, and a delivery requirement set for July 27, 2025. Interested parties should contact Kevin C. Gilmore at kevin.c.gilmore.civ@army.mil for further details and must comply with visitor access requirements for the Rock Island Arsenal.
    Aluminum Round Bar
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Rock Island (ACC-RI), is soliciting bids for the procurement of 6061T6 Aluminum Round Bar, specifically 12 inches in diameter and 10 feet in length, to support manufacturing needs at Pine Bluff Arsenal. This procurement is set aside for small businesses and aims to ensure compliance with stringent material specifications, including the requirement for a certificate of conformance with each shipment to guarantee quality and reliability. The contract is expected to be awarded based on the lowest priced responsive offeror, with a bid submission deadline of 10:00 AM CST on March 21, 2025, and inquiries directed to Heather Johns by March 17, 2025. Interested vendors should prepare a complete quote package, including pricing details and lead time, to participate in this federal procurement opportunity.
    USSOCOM Pickups and SUVs
    Buyer not available
    The General Services Administration (GSA) is seeking quotations for the procurement of specialized vehicles, specifically pickups and SUVs, for the United States Special Operations Command (USSOCOM). The procurement includes three vehicle types: the Toyota Tacoma TRD Pro, the Toyota Sequoia TRD Pro, and the Ford Super-Duty F450 XLT, with specific requirements for each vehicle's specifications, delivery schedules, and pricing structures. This initiative is crucial for ensuring that federal agencies have access to reliable and compliant vehicles that meet operational needs. Interested vendors must submit their quotations by March 17, 2025, and can contact John E. (Ed) Hodges at john.hodges@gsa.gov or 703-603-8586 for further details.
    Artillery (PA-55 and PA-71/A) and Mortar (PA162, PA167 and PA175) Fiber Containers
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the production of artillery and mortar fiber containers, including models PA-55, PA-71/A, PA-162, PA-167, and PA-175. The procurement aims to secure up to two firm fixed-price indefinite delivery indefinite quantity contracts, with a total estimated value not exceeding $34,292,003.98 across five ordering periods, each lasting one year. These fiber containers are critical for the safe storage and transportation of ammunition, ensuring compliance with military standards for quality and safety. Interested contractors must submit their proposals by 03:00 P.M. Central Time on March 25, 2025, and can direct inquiries to Chelsey Love at chelsey.m.love.civ@army.mil or Alex Sheppard at alex.r.sheppard.civ@army.mil.
    155MM Obturator Rings
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Rock Island, is soliciting bids for the procurement of 155mm Obturator Rings to support production needs at Pine Bluff Arsenal in Arkansas. The procurement includes a total of 7,100 Obturator Rings, 20 pre-production samples, and an optional quantity of an additional 7,100 Rings, with requirements for first article and lot acceptance testing, as well as certification for each lot delivered. These components are critical for military applications, ensuring the reliability and effectiveness of ammunition systems. Quotations are due by March 26, 2025, and must be submitted by registered contractors in the System for Award Management (SAM), with the contract awarded to the lowest responsible offeror. For further inquiries, interested parties can contact MichelleAnn Hulett at michelleann.g.hulett.civ@army.mil.
    GLCA VRP VEHICLE OUTFITTING
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified vendors to provide outfitting services for a new F150 Raptor vehicle intended for the Glen Canyon National Recreation Area (GLCA). The procurement involves the installation of various vehicular equipment components, with a firm delivery deadline set for May 20, 2025. This initiative is crucial for enhancing operational capabilities within the GLCA, and it is designated as a 100% Small Business Set Aside, encouraging participation from small businesses. Interested parties must submit their quotations via email by the specified deadline, and for further inquiries, they can contact Donald Tremble at donaldtremble@nps.gov or call 720-450-1198. The project budget is under $25,000, and compliance with federal contracting regulations, including registration with the System for Award Management (SAM), is required.