VEHICLE REPAIRS
ID: 140L6425Q0008Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTARIZONA STATE OFFICEPHOENIX, AZ, 85004, USA

NAICS

General Automotive Repair (811111)

PSC

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

Set Aside

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

    The Bureau of Land Management (BLM) is seeking qualified vendors to provide services for the replacement of the engine and related components in a Ford 550 Super Duty fire emergency vehicle. The procurement is a 100% Total Small Business Set-Aside, adhering to Federal Acquisition Regulation (FAR) guidelines, and aims to ensure the vehicle is operational for emergency response. Proposals will be evaluated based on a Lowest Price Technically Acceptable (LPTA) basis, with quotes due by February 19, 2025, and the contract period of performance scheduled from February 21, 2025, to March 21, 2025. Interested parties should direct inquiries to Rachel Henriques at rhenriques@blm.gov or call 602-856-6584.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Land Management's Gila District Office has issued a Statement of Work (SOW) for the replacement of the engine and related components in a Ford 550 Super Duty fire emergency vehicle, which experienced engine failure. The project involves a thorough assessment of the vehicle to identify damages, followed by the complete removal and replacement of the engine with compatible components and systems. Additionally, the contractor will conduct various diagnostic tests and safety inspections to ensure compliance with operational standards. The scope of work requires a comprehensive list of parts and labor, including diagnostic evaluations, engine installation, and checks of ancillary systems. The timeline for completion is set at four weeks from the vehicle's delivery to the repair facility. Acceptance criteria include the successful replacement of the engine, operational verification of all systems, and readiness for emergency deployment. The Contracting Officer for this project is Rachel Henriques, who can be contacted for further details. This initiative underscores the federal government's commitment to maintaining essential emergency response equipment.
    This document outlines clauses and provisions incorporated by reference for federal government contracts, specifically related to the System for Award Management (SAM), representations, certifications, and compliance with legal requirements. It details regulations for various business categories, including economically disadvantaged women-owned businesses, service-disabled veteran-owned businesses, and small disadvantaged businesses. Key elements include representation regarding engagement in restricted business operations in Sudan, adherence to regulations forbidding the use of covered telecommunications equipment or services, and compliance with federal laws concerning taxes and labor standards. The document provides specific criteria for businesses to confirm their adherence to laws concerning child labor, domestic manufacturing, and performance standards when bidding for government contracts. It outlines requirements for small businesses and includes information on ownership structure affecting eligibility for federal programs. Additionally, it emphasizes the necessity of transparency and compliance with environmental and workforce regulations. Understanding and following these provisions are critical for contractors seeking works with federal, state, and local government agencies, ensuring responsible and lawful business practices in their engagements.
    This document outlines the procedures for soliciting quotes under a federal acquisition for commercial items, specifically designated as a total small business set-aside. It clarifies that proposals must align with Federal Acquisition Regulation (FAR) guidelines, emphasizing the importance of presenting complete and organized submissions. Questions must be directed to designated contracting officers by specific deadlines, and quotes need to be submitted electronically. The evaluation process will employ a Lowest Price Technically Acceptable (LPTA) approach, focusing primarily on two factors: the technical approach to meeting the solicitation requirements and the total price. Proposals are rated as either acceptable or unacceptable based on their alignment with the scope of work. While price will not be scored, it will be assessed for reasonableness. A Firm Fixed Price Contract will be awarded to the offeror meeting the technical standards and offering the lowest evaluated price. This structured approach ensures fair assessment and selection of contractors able to fulfill the outlined requirements while supporting small business participation in government contracts.
    The provided document is a Value Bid Schedule for a vehicle repair project, outlining cost elements that contractors must fill out to submit a proposal. The schedule is structured into three main categories: Materials/Parts, Labor, and Miscellaneous costs. For each category, bidders must specify quantities, unit costs, and total costs for various items such as parts needed for repairs, labor rates by repair type, and additional expenses such as towing vehicles to the repair shop. The document intends to establish a clear financial framework and assist in the bidding process for vehicle repair services, ensuring transparency in pricing and project scope. Overall, this bid schedule aligns with the requirements typical of federal, state, and local government Requests for Proposals (RFPs), aiming to facilitate competitive and organized contract submissions while adhering to public procurement practices.
    The Bureau of Land Management (BLM) is issuing a combined synopsis/solicitation (Solicitation Number 140L6425Q0008) for acquiring services to replace the engine and components of a Ford 550 Super Duty fire emergency vehicle. This solicitation follows Federal Acquisition Regulation (FAR) guidelines, specifically using FAR Parts 12 and 13 for commercial service acquisition. The procurement is set as a 100% Total Small Business Set-Aside, referencing NAICS code 811111, with a size standard of $9 million. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) basis, focusing on a Technical Statement and Total Price in proposals. Offerors are required to update their Representations and Certifications in the System for Award Management (SAM) and comply with all applicable FAR provisions. The timeline includes question submissions by February 7, 2025, and quotes due by February 14, 2025. Relevant attachments provide further instructions, wage determinations, and clauses applicable to the contract. This solicitation underscores BLM's commitment to contracting efficiently while prioritizing small business participation.
    The document outlines Amendment 0001 for solicitation number 140L6425Q0008 issued by the Bureau of Land Management (BLM) in Arizona. The primary purpose of the amendment is to extend the deadline for proposal submissions to February 19, 2025, by 12:00 PM (MST). Proposals are required from qualified vendors for the replacement or repair of the engine and related components of a Ford 550 Super Duty fire emergency vehicle. Additionally, questions regarding the solicitation must be submitted by February 7, 2025, to the designated contracting officers via email. The period of performance for the contract is set from February 21, 2025, to March 21, 2025. The document emphasizes the importance of acknowledging the amendment to avoid rejection of offers and details the preferred methods of communication for submissions. This amendment exemplifies the procedural considerations within government solicitations, ensuring compliance and clarity for potential bidders.
    The Bureau of Land Management (BLM) in Arizona invites qualified vendors to submit quotes for the repair or replacement of the engine and associated components in a Ford 550 Super Duty fire emergency vehicle. The inquiry deadline for questions is set for February 7, 2025, at 12:00 PM (MST), directed to Contracting Officers Rachel Henriques and Shawna Rogers-Bailey via email. Quotes must be submitted by February 14, 2025, by 12:00 PM (MST). The projected period of performance for the contract is from February 21, 2025, to March 21, 2025. The scope of work requires vendors to provide all necessary labor, equipment, and materials for the vehicle repair, categorized under the maintenance and repair of vehicular equipment components. The solicitation specifies that it is a rated order under the Defense Priorities and Allocations System (DPAS) and highlights the BLM's commitment to utilizing small businesses, including those owned by service-disabled veterans and women. The document provides contact information for the contracting officers and ensures compliance with federal acquisition regulations.
    Lifecycle
    Title
    Type
    VEHICLE REPAIRS
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    PDO Annual Safety Trailer Inspection & Repairs
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide annual safety inspections and necessary repairs for 49 trailers as part of a federal contract opportunity. The objective of this procurement is to ensure compliance with federal and state safety regulations, particularly those set by the Department of Transportation, by conducting thorough inspections and repairs on-site by certified mechanics. This initiative is crucial for maintaining the operational integrity and safety of the BLM's fleet, which supports its mission in land management. Interested small businesses must submit their quotes by March 21, 2025, and direct any inquiries to Cindy Gonzalez at chgonzalez@blm.gov or by phone at 720-854-8791, with the contract expected to commence shortly after award and be completed within 60 business days.
    Combined synopsis solicitation is being issued for
    Buyer not available
    The Bureau of Land Management (BLM) is issuing a Combined Synopsis/Solicitation for a Blanket Purchase Agreement (BPA) focused on Pasture Management Services at the Dean Creek Elk Viewing Area in Oregon. This opportunity is specifically set aside for small business vendors and aims to enhance natural resource conservation through activities such as site preparation mowing, teddering, and fuel break raking over a five-year contract period starting June 1, 2025. The selected vendors must demonstrate relevant experience and technical capacity in similar projects, with a submission deadline of April 4, 2025, and inquiries accepted via email until March 21, 2025. Interested parties can contact Traci Thaler at tthaler@blm.gov or (916) 952-5223 for further information.
    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.
    CARE 2024 FORD RAPTOR (F-150) LE UPFIT
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking quotes for the upfitting of a 2024 Ford Raptor (F-150) law enforcement vehicle at Capitol Reef National Park in Utah. The project involves the installation of essential equipment such as emergency lighting, sirens, and radio systems, with a focus on adhering to high installation standards and maintaining vehicle integrity. This initiative is part of a broader effort to enhance law enforcement capabilities within the park, ensuring compliance with federal procurement processes while promoting small business participation. Interested vendors must submit their quotes by March 14, 2025, and can contact Luke Bowman at lukebowman@nps.gov or 928-638-7363 for further information.
    F--BLM MESA MASTICATION
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Mesa Mastication project, aimed at reducing wildfire risks through vegetation management in northwestern Colorado. This initiative involves cutting and shredding pinyon and juniper trees across an area of 765 acres, with work scheduled from April 2, 2025, to November 30, 2025. The project is part of broader federal efforts in land management and resource conservation, emphasizing fire prevention and sustainable recreational use of public lands. Interested vendors must submit their quotes via email by 10:00 AM MDT on March 20, 2025, and can contact Daniel Rosales at drosales@blm.gov for further information.
    MCFO FUELS BOBCAT TRAILER
    Buyer not available
    The Department of the Interior, Bureau of Land Management (BLM), Montana State Office is soliciting bids for the procurement of a Bobcat Trailer as part of the Miles City Fuels Program, under Request for Quote (RFQ) 140L3625Q0019. The trailer must meet specific requirements, including a Gross Vehicle Weight Rating (GVWR) between 18,000 to 24,000 pounds, dimensions of 18 to 24 feet in length, and various safety features such as electric drum brakes and a hydraulic dampening cylinder. This acquisition is crucial for government operations, ensuring the efficient transport of equipment while adhering to federal procurement regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes electronically to Contracting Officer Christopher Brailer by March 21, 2025, at 1400 MDT, and comply with all solicitation requirements to be eligible for award consideration.
    F--BLM LICK SKILLET HAND THINNING
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Lick Skillet Hand Thinning project in Canon City, Colorado, under solicitation number 140L3725Q0018. The project aims to thin dense stands of conifer trees to enhance fire resilience, improve wildlife habitat, and promote healthier tree growth across a 35-acre area, with work scheduled to commence by March 17, 2025, and conclude by December 15, 2025. This initiative is part of BLM's commitment to sustainable land management practices, emphasizing safety, environmental protections, and compliance with technical specifications for tree removal and debris management. Interested contractors must submit their quotes to Contracting Specialist Daniel Rosales via email by March 7, 2025, and are encouraged to monitor updates on SAM.gov for any changes or additional information.
    1202RZ22Q0004 - AIMS I-BPA for Off Highway Vehicles (UTV/ATV)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the acquisition of Off-Highway Vehicles (OHVs) to support fire suppression and emergency response operations. The procurement aims to secure All-Terrain Vehicles (ATVs), Multipurpose Off-highway Utility Vehicles (MOHUVs), and Recreational Off-road Vehicles (ROVs), with contractors responsible for providing the necessary vehicles, personnel, and materials while adhering to safety and operational standards. This initiative is crucial for maintaining readiness in disaster response scenarios, ensuring compliance with a 2:1 work/rest ratio, and fostering strategic partnerships with qualified contractors. Interested vendors should contact Michael J. Lucas at michael.j.lucas@usda.gov or 406-370-3245, or Racheal Koke at racheal.koke@usda.gov or 406-241-5689 for further details, and must register in the System for Award Management (SAM) to participate in the bidding process.
    REPLACE UST MONITORING SYSTEM
    Buyer not available
    The Bureau of Land Management (BLM) Alaska Fire Service is seeking qualified vendors to replace the Underground Storage Tank (UST) Monitoring System under Request for Quotation (RFQ) Number 140L0225Q0005. The procurement aims to install a new monitoring system for a 10,000-gallon UST used for heating fuel, ensuring compliance with federal and state regulatory standards by providing continuous leak detection and robust reporting capabilities. This initiative is critical for enhancing environmental safety and compliance regarding underground storage tanks, with a focus on operational specifications and effective data management. Interested vendors must submit their quotes and necessary documentation by March 31, 2025, and ensure active registration with the System for Award Management (SAM). For further inquiries, contact Michael Stewart at mlstewart@blm.gov or call 907-356-5774.
    EMDD HELITACK OFFICE TRAILERS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Montana State Office, is soliciting quotes for the leasing of two temporary mobile office trailers to support operations at the BLM Miles City Field Office in Billings, MT. The procurement aims to provide functional office space for two helitack crews, accommodating a total of 22 personnel, with specific requirements for size, safety, and compliance with health regulations, including ADA standards. This initiative is crucial for ensuring that BLM personnel have the necessary facilities to conduct their operations effectively in the field. Interested small businesses must submit their proposals by the specified deadline, with inquiries directed to Chad Clapp at cclapp@blm.gov. The contract is structured as a firm fixed-price purchase order with a base year and two option years, emphasizing the government's commitment to engaging small businesses in this procurement process.