ACQ-1401 TRANSFER CASE REPAIR
ID: 140L6225Q0034Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTWYOMING STATE OFFICECHEYENNE, WY, 82009, 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's Wyoming State Office, is seeking qualified contractors for the repair of a Freightliner vehicle's transfer case and transmission, as outlined in the solicitation ACQ-1401 TRANSFER CASE REPAIR. The procurement requires vendors to provide necessary services, labor, and parts to ensure the vehicle meets operational readiness for firefighting incidents, following findings from an annual inspection. This opportunity underscores the importance of maintaining emergency response vehicles in optimal condition to ensure safety and efficiency in operations. Interested parties must submit their quotes via email to Crystal Martinez at crystalm@blm.gov by the closing date, with the contract period running from July 28, 2025, to September 30, 2025, and compliance with federal wage determinations is required.

    Point(s) of Contact
    Martinez, Crystal
    (307) 775-6336
    (307) 775-6129
    crystalm@blm.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for repair services on a Freightliner vehicle, Heavy Engine E1401, operated by the High Desert District. The purpose is to secure labor and parts necessary for repairs identified during an annual inspection conducted by a certified dealership. Key repairs include replacing the transmission and transfer case, along with required parts and fluids. It specifies that work must be performed by a certified Freightliner mechanic, with a notice to proceed issued by the Contracting Officer. Additionally, the document highlights workmanship standards for repairs, emphasizing cleanliness, proper assembly, and compliance with manufacturer specifications. The contractor is responsible for ensuring the availability of parts and accurate pricing before bidding. The government will handle transportation of the vehicle within 300 miles; vendors outside this range must arrange their own transport and include costs in their quotes. This RFP illustrates the government's commitment to maintaining operational readiness of emergency response vehicles while stipulating clear guidelines for service quality and contractual obligations.
    The document outlines a Request for Proposal (RFP) for the repair of transfer cases related to firefighting and rescue equipment. The acquisition requires vendors to provide necessary services, labor, and parts to ensure vehicle readiness, particularly in light of findings from a recent annual inspection. Key requirements include compliance with federal regulations, active registration in the System for Award Management (SAM), and having certified mechanics for the specified repairs. The period of performance is from July 28, 2025, to September 30, 2025. Bidders must submit their quotes via email, ensuring all required information is provided, including pricing and proof of technical qualifications. The evaluation criteria focus on the ability to meet the delivery timeframe and scope of work. The solicitation also references various Federal Acquisition Regulation (FAR) clauses that apply to the procurement process, ensuring legal compliance and operational transparency. Overall, this RFP aims to secure reliable repair services for firefighting vehicles to maintain operational efficiency and safety compliance.
    The document outlines Wage Determination No. 2015-5409 under the Service Contract Act, specifying minimum wage and fringe benefits for various occupations within Wyoming counties. It highlights the requirements of Executive Orders 14026 and 13658, mandating contractors to pay at least $17.75 or $13.30 per hour, respectively, based on contract date and renewal terms. The information is categorized by occupation, detailing hourly wage rates for administrative support, automotive services, food preparation, healthcare, and other sectors, with specific rates for certain classifications marked with footnotes indicating potential eligibility for higher minimum wages. Additionally, contractors must provide health and welfare benefits totaling $5.36 per hour and comply with mandates for paid sick leave established by Executive Order 13706 for contracts awarded after January 1, 2017. There are provisions for vacation time and paid holidays. The document also describes the conformance process for unlisted job classifications, emphasizing proper communication with the Department of Labor and compliance with regulatory standards. This file serves as a crucial guide for federal contractors to ensure fair wages and worker protections as mandated by federal law, thereby ensuring compliance with government contracting requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NSN 2520-01-623-9839 - Transfer Transmission
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a Firm Fixed Price contract to supply 60 Transfer Transmission Assemblies (NSN: 2520-01-623-9839, Mfr Part Number: 12574332). This procurement requires the successful offeror to complete a First Article Test and Report, with all proposals to be submitted electronically by the specified deadline. The Transfer Transmission Assemblies are critical components for military vehicles, and the contract will be awarded solely to Textron Systems Corp, the approved source for this item. Interested parties should direct inquiries to Justin Stoner at justin.stoner@dla.mil or call 445-737-0498, with the delivery expected 360 days after First Article Test approval.
    TRANSMISSION, MECHANICAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for the procurement of eight mechanical transmissions, specifically NSN: 2520-12-414-6655, with the manufacturer part number 4231 030 097. This urgent acquisition requires timely delivery to DLA Distribution Red River in Texarkana, TX, and emphasizes strict compliance with packaging and inspection standards, including military specifications and unique item identification. Interested vendors must submit their offers electronically via SAM.gov, with the contract to be awarded on a firm-fixed-price basis, and are encouraged to contact Sharonna Bray at Sharonna.Bray@dla.mil or 445-737-2952 for further details. The solicitation highlights that payment will be processed through Wide Area WorkFlow (WAWF) and that supply chain traceability documentation is required for ten years.
    Transfer Transmission Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of Transfer Transmission Assemblies, specifically identified by National Stock Number (NSN) 2520-01-665-5435 and Manufacturer Part Number 57K8953. This opportunity is set aside for small businesses and requires a Firm Fixed Price contract for an initial quantity of 9 units, with an option for an additional 9 units, emphasizing the need for a First Article Test Report and adherence to strict quality and packaging standards. The successful contractor will be responsible for ensuring compliance with military specifications for preservation and packaging, as well as maintaining supply chain traceability for ten years. Proposals must be submitted via email to the Contract Specialist, Richard Campbell, by December 22, 2025, at 3:00 PM EST, and interested parties can access the Technical Data Packages on SAM.gov, provided they have the necessary DD 2345 certification for export-controlled information.
    FIRE TRUCK MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    31-5006 Used Firefighting Truck Camp Lemonnier, DJI
    Buyer not available
    The Defense Logistics Agency (DLA) Disposition Services is offering a one-time sealed bid sale for a used firefighting truck located at Camp Lemonnier, Djibouti. Bidders are required to submit a minimum bid of $50.00 using the specified SF114 and SF114A forms, with the offer closing on December 15, 2025, at 1:00 p.m. EST. The truck, a 2006 FREIGHTLINER, is operational but has known maintenance issues, including dead batteries, and is sold as-is without the option for physical inspection. The successful bidder will be responsible for all logistics related to the removal of the truck within 21 calendar days after customs clearance, with full payment due prior to removal via Electronic Fund Transfer, ACH, or credit card. Interested parties can contact Kris Smoker or Thomas Marcum for further information and must comply with all government regulations associated with the sale.
    S--NHTIC SNOW REMOVAL 2026
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for snow removal and salting services at the National Historic Trails Interpretive Center (NHTIC) located in Casper, Wyoming. The contract encompasses a base year of performance from January 1, 2026, to December 31, 2026, with four optional renewal periods extending through December 31, 2030, to ensure safe access and operations for both employees and the public across approximately 70,000 square feet of parking and access roads, as well as 28,000 square feet of sidewalks. Interested contractors are encouraged to attend a pre-bid site visit on December 9, 2025, at 10:00 AM Mountain Time, and must submit their proposals by December 18, 2025, with evaluations based on technical capability, price, and past performance. For further inquiries, contact Contract Specialist Huong (Tiffany) Le at hle@blm.gov or (307) 881-2101.
    25--DISK,CLUTCH,VEHICUL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 212 units of the DISK, CLUTCH, VEHICUL (NSN 2520015549716). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and a guaranteed minimum quantity of 31 units, with an estimated three orders per year. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their critical role in supporting military vehicle operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation will be available online, and hard copies will not be provided.
    Carrier, Gear Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of a Carrier, Gear Assembly, identified by NSN 3010-01-570-7426. This opportunity is specifically restricted to approved manufacturers, namely Meritor and Oshkosh Defense, with a total quantity of 14 units required (7 for production and 7 as an option), to be delivered FOB Destination within 240 calendar days post-award. The solicitation has transitioned from a small business set-aside to full and open competition, with proposals due by January 12, 2026, at 11:59 PM Eastern Time, and all submissions must be sent electronically to the Contract Specialist, Jon Machacek, at jon.machacek@dla.mil. Interested parties should ensure compliance with all specified regulations and requirements outlined in the solicitation documents.
    081107 WCF Replacement Utility Vehicle EN:1500
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for a 4x4 Utility Vehicle (UTV) to replace its current vehicle at the Pisgah Ranger District in North Carolina. The UTV must meet stringent specifications, including a minimum 999 cc gasoline engine, automatic transmission, seating for at least four passengers with a certified Roll Over Protection Structure (ROPS), and various performance capabilities such as a towing capacity of 1500 lbs. and a payload capacity of 1100 lbs. This procurement is critical for supporting the Forest Service's operational needs in managing the national forest, and it is set aside for small businesses under NAICS code 336999. Proposals are due by December 8, 2025, at 5:00 pm ET, and interested vendors should contact Brad Carlson at brad.a.carlson@usda.gov for further details.
    25--REPAIR KIT FAN DRIV
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Repair Kit for the Fan Drive, identified by NSN 2520011060125. The contract will involve a total quantity of 359 units, with delivery expected within 78 days after order placement, and may result in an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000. This procurement is crucial for maintaining vehicular equipment components, ensuring operational readiness for military vehicles. Interested vendors, particularly small businesses, are encouraged to submit their quotes electronically, with all inquiries directed to the DLA via the provided email address, DibbsBSM@dla.mil.