PRI 1 HOTSHOTS VEHICLE REPAIR - I-620317
ID: 140L3925Q0017Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNEVADA STATE OFFICERENO, NV, 89502, USA

NAICS

General Automotive Repair (811111)

PSC

MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS (J042)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Land Management (BLM) Nevada State Office, is soliciting proposals for vehicle repairs on a Ruby Mountain IHC Crew Carrier, identified by VIN: 1HTMKAAL4GH376886. The required repairs include hinge replacement for the driver door, diagnosing engine issues, and replacing components such as warped exhaust manifolds and shocks, with a completion deadline set for March 1, 2025. These repairs are critical for restoring the vehicle to operational standards, ensuring the readiness of the BLM's firefighting and safety equipment. Interested contractors should contact Nakea Hughes at nnhughes@blm.gov or call 775-861-6302 for further details, with the repair period scheduled from February 20, 2025, to March 21, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The purpose of this document is to outline the service requirements for the repair and maintenance of a Ruby Mountain IHC Crew Carrier vehicle, identified by VIN: 1HTMKAAL4GH376886. Following a post-season annual inspection at a certified International dealership, various repairs were identified, including door hinge replacement, exhaust manifold and EGR cooler replacement, and fixing inoperable lights. The contractor is required to complete all work by March 1, 2025, using certified International mechanics. Key workmanship requirements include ensuring the integrity of repaired parts, adherence to the original manufacturer's specifications, and maintaining cleanliness throughout the repair process. The government will take responsibility for the vehicle's transportation within a 300-mile radius of the service provider, while vendors must include any transportation costs in their bid if they are outside this area. This statement of work establishes clear expectations and standards for quality and compliance in vehicle repair, highlighting the government's initiative to maintain its fleet efficiently and effectively.
    The document appears to be a corrupted or unintelligible file containing fragmented text and nonsensical characters, making it challenging to derive coherent insights or themes. Assuming it relates to government RFPs, federal grants, and local RFPs, the likely main topic would involve requests for proposals that solicit bids or funding applications for various government projects. Key ideas might focus on the objectives of these proposals, the evaluation criteria, the types of projects funded, and the compliance necessary for applicants. Such documents typically outline timelines, submission guidelines, and the requirements needed to qualify for funding or contract awards. However, due to the severely corrupted nature of the file, it lacks the necessary clarity and structure to provide a concise analysis or summary of specific content. The document's utility for stakeholders seeking insights into government funding opportunities is severely compromised as a result. As a comprehensive conclusion based on context, it’s crucial for organizations to keep proposal documents clear and accessible to facilitate understanding and encourage partnerships for compliance and support in government-funded projects.
    The government file pertains to federal and state/local Requests for Proposals (RFPs) and grants, highlighting the framework and objectives for securing funding and project initiation. It outlines the procedural steps involved in the application process, including eligibility criteria, required documentation, evaluation methods, and timelines for submission. Key areas emphasized in the RFPs include compliance with legal standards, efficient resource allocation, and project sustainability. The document also stresses the importance of collaboration among bidding entities to enhance project proposals, along with a focus on transparency and accountability in fund management. Ultimately, the file serves as a guide for potential applicants to navigate the complexities of government funding opportunities in a structured manner while aiming to achieve specified community and project outcomes.
    The Bureau of Land Management (BLM) Elko Field Office is requesting proposals for vehicle repairs on a specific International vehicle (VIN: 1HTMKAAL4GH376886) necessary to restore it to operational standards by March 1, 2025. The required repairs include hinge replacement for the driver door, diagnosing engine issues, replacing components such as warped exhaust manifolds and shocks, and correcting lighting issues. The total period for these repairs is set from February 20, 2025, to March 21, 2025. The document outlines various contractual clauses in compliance with federal regulations, emphasizing the importance of adhering to labor standards, including minimum wage requirements under Executive Order 14026. Key personnel involved in the project include Nakea Hughes as the Contract Specialist and Matt Merritt as the Contracting Officer, who will oversee the contracting process. This solicitation's structure is organized into specifications, contract clauses, and a list of attachments, ensuring that potential contractors understand their obligations and the required compliance with various legal and regulatory standards. The document stresses the criticality of the repairs for operational readiness and provides all necessary guidance for interested vendors.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    PRI 1 HOTSHOTS VEHICLE REPAIR - I-620316
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Nevada State Office, is soliciting proposals for vehicle repair services under Solicitation Number 140L3925Q0018. The contract requires certified International dealerships to perform essential repairs on a 2016 International MA 035 vehicle, including air dryer service, shock replacements, and oil leak repairs, all in compliance with the Federal Acquisition Regulation (FAR) and relevant labor standards. This procurement is crucial for maintaining the operational readiness of firefighting and rescue equipment, ensuring safety and environmental protection. Proposals are due by February 3, 2025, with the contract performance period running from February 20, 2025, to March 21, 2025. Interested parties can contact Nakea Hughes at nnhughes@blm.gov or by phone at 775-861-6302 for further information.
    VEHICLE REPAIRS
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide vehicle repair services, specifically for the replacement of the engine and components of a Ford 550 Super Duty fire emergency vehicle. The procurement is a 100% Total Small Business Set-Aside, emphasizing the importance of small business participation in federal contracting, with a focus on delivering essential maintenance for emergency response equipment. Interested contractors must submit their quotes by February 14, 2025, with a projected contract performance period from February 21, 2025, to March 21, 2025. For further inquiries, vendors can contact Rachel Henriques at rhenriques@blm.gov or by phone at 602-856-6584.
    MI - VEHICLE REPAIR - 2024 FRONTIER
    Buyer not available
    The U.S. Geological Survey (USGS) is soliciting quotes for vehicle repair services for a 2024 Nissan Frontier pickup truck that has sustained damage from a deer collision. The procurement is designated as a Total Small Business Set-Aside, allowing only small business vendors to participate, with a submission deadline of February 7, 2025. The scope of work includes vehicle pickup, damage assessment, part procurement, repair execution, and final quality assurance, with adherence to federal wage determinations and compliance with cybersecurity and environmental regulations. Interested vendors should submit their quotations in PDF format, including relevant references and required documentation, to the designated contact, Brian Baker, at bfbaker@usgs.gov. The contract performance period is set from February 21, 2025, to May 31, 2025.
    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.
    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.
    Lahontan Basin Area Office (LBAO) Marble Bluff Hoi
    Buyer not available
    The Department of the Interior, through the Bureau of Reclamation, is seeking small businesses to provide maintenance and inspection services for the hoists at the Marble Bluff Dam and Fish Passage Facility in Nevada. The procurement, identified by RFQ number 140R2025Q0020, requires contractors to conduct thorough inspections, maintenance, and load testing of three specific hoists from March 3 to March 7, 2025, following manufacturer recommendations and federal safety standards. This initiative underscores the importance of maintaining critical infrastructure while ensuring minimal disruption to environmental operations during the fish passage season. Interested contractors can reach out to Sarah Rodrigues at srodrigues@usbr.gov or by phone at 916-978-5445 for further details.
    VIPR I-BPA for Mechanic with Service Truck for Regions 5 & 6
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking qualified vendors to provide mechanic services with a service truck for Regions 5 and 6, primarily for use during fire suppression and all-hazard incidents. This opportunity is part of a Multiple Award Incident Blanket Purchase Agreement (IBPA) and is a total small business set-aside, allowing new and existing contractors to submit quotes during the open season onboarding period. The solicitation has been re-opened, with responses due by March 3, 2025, at 17:00 MST, and all submissions must meet the original solicitation's criteria and evaluation factors. Interested parties can contact Chase Knight at chase.knight@usda.gov or by phone at 458-218-2120 for further information.
    NTTR Surveillance Vehicle
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the acquisition of two 2024 Ford F150 XL trucks as part of a combined synopsis/solicitation. The procurement is designated as a HUBZone Total Small Business Set-Aside, with specific requirements including a 4x4 platform, a bed length of at least 6.6 feet, and a payload capacity exceeding 1300 pounds, aimed at fulfilling operational needs for surveillance purposes. Interested vendors must ensure registration in the System for Award Management (SAM) and submit their quotes by 18 February 2025, with all proposals evaluated based on the lowest-priced, technically acceptable criteria. For further inquiries, potential bidders can contact Amber Rivera at amber.rivera.2@us.af.mil.
    CANY 2024 LE VEHICLE UPFITTING
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking quotations for the upfitting of law enforcement vehicles at Canyonlands National Park in Utah. The primary objective of this procurement is to outfit vehicles for emergency services, with a contract performance period scheduled from February 17, 2025, to August 1, 2025. This initiative underscores the importance of equipping law enforcement with reliable vehicles to ensure safety and effective response in national parks. Interested small businesses must submit their quotations to Luke Bowman via email by February 7, 2025, and are reminded to be registered in the System for Award Management (SAM) and obtain a Unique Entity Identifier (UEI) prior to submission.
    VIPR I-BPA for Mechanic with Service Truck for East Zone (Regions 1, 2, and 4)
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking qualified vendors for a Mechanic with Service Truck under the VIPR I-BPA for the East Zone, covering Regions 1, 2, and 4. This procurement is aimed at providing essential mechanical services during local, regional, and nationwide fire suppression and all-hazard incidents, as outlined in the re-opened solicitation originally numbered 1202SB23Q7017. The opportunity is particularly significant as it operates under a Total Small Business Set-Aside, allowing small businesses to compete for contracts that are critical for maintaining operational readiness in emergency situations. Interested vendors must submit their responses by March 3, 2025, at 17:00 MST, and can access the solicitation details through the VIPR Vendor application. For further inquiries, vendors may contact Melissa Maestas at melissa.maestas@usda.gov or call 970-508-0603.