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.
    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.
    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.
    Polaris Ranger NorthStar Edition UTVs with Trade-in - El Dorado NF
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for the procurement of two Polaris Ranger NorthStar Edition Utility Task Vehicles (UTVs) for the El Dorado National Forest, with a trade-in of two older models. The procurement is set aside for total small businesses and requires the UTVs to meet specific performance and safety standards, including a 999cc engine, 82 horsepower, and various advanced features such as hydraulic disc brakes and electronic power steering. These vehicles are crucial for operational readiness in the national forest, enabling effective resource management and service delivery. Interested vendors must submit their proposals by the specified deadline and can contact Blaine Greenwalt at blaine.greenwalt@usda.gov for further information.
    AZ-LAKE HAVASU RFGS-FIRE-RESTORATION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for a contract to assist with fire restoration efforts at the Lake Havasu National Wildlife Refuge Complex in Arizona. The primary objective is to procure a work crew to plant native trees and control invasive species, with the project scheduled to take place over four weeks between January and April 2025. This initiative is crucial for ecological restoration and habitat preservation within the refuge, aligning with federal guidelines for environmental management. Interested contractors must submit their quotations by September 24, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
    F--Exclusive Use Fixed Wing Single Engine Scooper Services
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is preparing to issue a presolicitation notice for Exclusive Use Fixed Wing Single Engine Scooper Services based at Fort Wainwright, Fairbanks, Alaska. The BLM requires four contractor-operated amphibious water-scooping aircraft that meet specific criteria, including a minimum tank capacity of 800 gallons and the capability to operate from remote gravel runways. These services are crucial for the BLM's Aviation Fire Service (AFS) to effectively manage fire suppression efforts during the fire season, which runs from May 20 to August 2 each year. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) arrangement lasting five years, with the solicitation expected to be issued around September 23, 2024. Interested contractors should contact Heather Sizick at heathersizick@ibc.doi.gov for further information.
    C--BOSQUE DEL APACHE NWR A&E DESIGN
    Active
    Interior, Department Of The
    The United States Fish and Wildlife Service (USFWS) is seeking qualified architect-engineer firms to provide professional services for the design and preparation of construction plans and specifications for the renovation and modernization of the Headquarters, Visitor Center, and Maintenance Facilities at the Bosque del Apache National Wildlife Refuge in New Mexico. The project, estimated at $16.6 million, aims to consolidate and improve infrastructure through demolition, reconstruction, and renovation, with a focus on achieving LEED Silver certification and incorporating sustainable practices. Interested firms must register with the System for Award Management (SAM) and submit their qualifications using the Standard Form (SF) 330 by September 25, 2024, with the selection process emphasizing professional qualifications, specialized experience, and local knowledge. For further inquiries, potential offerors can contact Ian Young at ianayoung@fws.gov or by phone at 612-713-5214.