J--Fire Engine Motor Replacement-Desert NWR, NV
ID: 140FS224Q0303Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, 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 U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the replacement of the motor on fire engine #8262, a 2016 Ford F550, at the Desert National Wildlife Refuge in Nevada. The urgency of this procurement arises from the critical need for the fire engine to be operational for emergency response, particularly with the upcoming fire season. Rush Truck Centers has been identified as the only local vendor capable of performing the necessary repairs in a timely manner, as they have already begun troubleshooting the engine and possess certified Ford ASE mechanics. Interested parties may submit capability statements to Darla Freyholtz Ballard at darla_freyholtzballard@fws.gov within ten calendar days of this notice, with the contract period of performance set from September 20, 2024, to November 1, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a sole source justification for repairs on a Ford F550 Type 6 fire engine, which is essential for the U.S. Fish and Wildlife Service’s fire management program. Rush Truck Center is identified as the only local source with certified Ford ASE mechanics capable of performing the necessary engine replacement in a timely manner. Following an assessment, it was determined that the vehicle could not be repaired at the usual service shop due to the complexity of the repairs and pressing urgency given the upcoming fire season. The document includes a market research section revealing competitive repair rates from various vendors, confirming that Rush Truck Center's quote of $180/hour is favorable compared to others. The recommendation concludes with certifications from program and contracting officers endorsing this sole source procurement under the Simplified Acquisition Threshold, highlighting the critical need for the vehicle's rapid restoration to ensure preparedness for fire emergencies. The overall purpose reflects the due diligence required for compliance in public procurement while addressing an urgent operational need for the agency.
    Lifecycle
    Title
    Type
    Similar Opportunities
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Skymira, LLC for the procurement of 135 Orbcomm Satellite terminals and associated data services, aimed at enhancing the operational efficiency and safety of wildland fire vehicles. This acquisition is critical for ensuring reliable vehicle tracking in remote areas, as mandated by the Dingell Act, and is designed to streamline interagency operations in collaboration with the Bureau of Land Management (BLM), which already utilizes the same tracking system for over 700 vehicles. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are invited to express their capabilities within ten calendar days of this notice, which closes on September 22, 2024, at 5:00 p.m. Eastern Time. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    Amphibious ATV for Cache River Arkansas
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the procurement of an amphibious all-terrain vehicle (ATV) to be delivered to the Cache River National Wildlife Refuge in Augusta, Arkansas. The contract requires the delivery of an ARGO Frontier 700 8x8 or an equivalent model, with specific performance specifications including a VX 700 engine, hydraulic brakes, and a load capacity of 840 pounds on land and 740 pounds on water. This procurement is crucial for enhancing operational capabilities within the refuge, ensuring effective management of wildlife and habitat. Interested vendors must submit their proposals, including a completed past performance survey, by the specified deadlines, with the contract period set from October 1, 2024, to May 30, 2025. For further inquiries, potential contractors can contact Jeremy Tyler at jeremytyler@fws.gov or by phone at 413-253-8662.
    P-23 Fire Truck Engine Replacement Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for P-23 Fire Truck Engine Replacement Services through a Request for Quotation (RFQ) under solicitation number W50S72-24-Q-7209. The contractor will be responsible for providing all necessary personnel, equipment, and materials to replace the 8V92TA Detroit diesel engine within a 150-day timeframe, ensuring the fire truck's operational readiness, including water pumping capabilities. This procurement is critical for maintaining emergency response capabilities and is set aside exclusively for small businesses, with a firm-fixed price contract to be awarded based on the lowest responsive quote. Interested vendors must submit their proposals, including a completed Vendor Information Sheet and product specifications, by the deadline of September 12, 2024, and can direct inquiries to Capt. Allison Harbit at allison.harbit@us.af.mil or Mark A. Crombie at mark.crombie.1@us.af.mil.
    OR-EAGLE CRK NFH-FLYGHT PUMP REBUILD
    Active
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the removal, repair, delivery, and installation of a 30-HP Flygt Pump at the Eagle Creek National Fish Hatchery. This procurement aims to ensure the operational efficiency of a critical environmental facility by engaging contractors who can provide all necessary labor, materials, and equipment while adhering to regulatory guidelines, including the Defense Priorities and Allocations System. The contract is set to begin on September 19, 2024, with a delivery deadline of December 31, 2024, and emphasizes small business participation. Interested contractors can reach out to Joann Mallory at joannmallory@fws.gov or by phone at 404-679-7274 for further details.
    F--NOTICE OF INTENT TO AWARD SOLE SOURCE FOR Desoto NWR Bertrand Collection Museum
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the conservation of artifacts from the Bertrand Collection at DeSoto National Wildlife Refuge to the Nebraska Historical Society. This specialized museum conservation work is critical due to the fragility of the artifacts, which necessitates expertise and proximity to minimize risks associated with transportation and handling. The Nebraska Historical Society has been recognized as the only responsible source capable of performing this complex work, having established a trusted relationship with the USFWS and demonstrated consistent quality in artifact care. Interested parties may submit a statement of capabilities to Renee Babineau at reneebabineau@fws.gov, but no telephone inquiries will be accepted. The contract is expected to be awarded under the authority of FAR 6.302-1, with no competitive quotes being solicited.
    Fire Command Vehicle Build (Four Vehicles) - Eldorado National Forest
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide upfit services for four fire command vehicles intended for the Eldorado National Forest. The procurement requires contractors to deliver a technical proposal detailing their past performance and capabilities, alongside a price proposal for the specified vehicles, which will be transported for upfitting within a 250-mile radius of Placerville, California. This initiative is crucial for enhancing the operational readiness and safety of command vehicles used in fire management, adhering to stringent specifications for emergency lighting, siren systems, and radio installations. Interested parties must submit their proposals via email by August 14, 2024, and can direct inquiries to Aileen Fleming at aileen.fleming@usda.gov.
    J--DODGE RAM 2500 ENGINE REPLACEMENT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified contractors for a firm-fixed-price contract to replace the engine of a 2018 Dodge Ram 2500 at the Royal Gorge Field Office in Canon City, Colorado. The procurement requires the contractor to provide towing services, a new engine conforming to OEM specifications, and a warranty of at least 7,200 hours or two years/24,000 miles, along with various necessary components for the engine replacement. This contract is critical for maintaining the operational readiness of the vehicle, ensuring compliance with federal regulations, and supporting small businesses under the NAICS code 811111. Interested parties must submit their offers by September 6, 2024, and can contact Scott Voigt at svoigt@blm.gov or 303-239-3637 for further information.
    IL-CRAB ORCHARD NWR- BIL FIRE CTL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified vendors to provide a Compact Track Loader for the Crab Orchard National Wildlife Refuge as part of a combined synopsis/solicitation. The procurement requires a loader with specific capabilities, including a minimum engine power of 89 hp, a rated operating capacity of 3,100-3,500 lbs, and features such as high-flow hydraulics, safety systems, and compliance with U.S. EPA emission standards. This equipment is crucial for effective fire control and land management within the refuge, ensuring operational efficiency and safety. Interested parties must submit their quotes by September 19, 2024, and can direct inquiries to Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
    C--NV-PAHRANAGAT NWR-DESIGN/BUILD SERVICES
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking a contractor for Design/Build Services to replace and construct new North and South Wells at the Pahranagat National Wildlife Refuge in Nevada. The project entails drilling, casing, developing, and testing water quality for both wells, as well as installing pumps and necessary utilities to ensure a reliable water supply for the Refuge, which is critical for maintaining its ecological functions. The contract is expected to last approximately 2 years and 4 months, with construction activities primarily scheduled between June to September or October to February, and interested parties should contact Cindy Salazar at CindySalazar@fws.gov or 503-872-2832 for further details. This opportunity is set aside for small businesses under the SBA guidelines, with a NAICS code of 237110 for Water and Sewer Line and Related Structures Construction.
    PR0052SK Truck Repair 2012 F-550 Everett, WA
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the repair of a 2012 Ford F-550 truck located in Everett, Washington. The procurement involves addressing significant issues with the vehicle's fuel system, including cleaning both fuel tanks and repairing a high-pressure fuel pump failure that has led to contamination and operational inefficiencies. This repair is critical for restoring the vehicle's performance and ensuring safety, as indicated by persistent low fuel pressure warnings and engine issues. Interested vendors must submit their quotes by September 25, 2024, at 9:00 AM Pacific Time, and should direct any inquiries to Leilani Sandle at leilani.d.sandle@uscg.mil. Vendors must also be registered in the System for Award Management (SAM) database to be eligible for consideration.