MRG SFD 39 D7 DOZER REPAIR
ID: 140R4025Q0039Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONUPPER COLORADO REGIONAL OFFICESALT LAKE CITY, UT, 84138, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

INSTALLATION OF EQUIPMENT- MECHANICAL POWER TRANSMISSION EQUIPMENT (N030)

Set Aside

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

    The Bureau of Reclamation, under the Department of the Interior, is seeking qualified small businesses to provide repair services for a 2004 Caterpillar D7 Dozer, specifically focusing on the replacement of its torque converter. The procurement includes the removal and installation of various components, such as the oil cooler and gear pump, and requires the vendor to ensure the Dozer is fully operational upon completion, adhering to best practices and offering a minimum one-year warranty. This contract is crucial for maintaining the functionality of essential equipment used in government operations, with a performance period not exceeding six months. Interested contractors must submit a Technical Capability Statement and Price Quote, with inquiries directed to Nayda Gonzalez at ngonzalez@usbr.gov. The solicitation emphasizes compliance with federal regulations and the importance of timely communication throughout the process.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Reclamation’s Socorro Field Division in New Mexico requires the replacement of a torque converter for a 2004 Caterpillar D7 Dozer. This procurement outlines specific product requirements, including the removal and installation of various components such as the oil cooler and gear pump, as well as the replacement of seals and transmission fluid. It specifies that the vendor must ensure the Dozer is fully functional upon completion. The document also identifies potential vendors and outlines conditions for substituting equipment should it become unavailable. Work must adhere to best practices and is subject to a minimum one-year warranty. The contract’s performance period will last no more than six months, with equipment transport managed by the Socorro Field Division. Proper communication and coordination after repairs are essential for pickup and inspection. This RFP illustrates the Bureau’s commitment to maintaining necessary equipment and ensuring reliable service for government operations.
    This government solicitation outlines a Price Schedule for various automotive services, including the removal and installation of components such as a torque converter, oil cooler, and gear pump, along with related tasks like replacing seals and flushing transmission fluid. Offers must be submitted as a complete package and will be evaluated based on total annual costs encompassing the base year and all option year Contract Line Item Numbers (CLINs). It specifies that each task is detailed by quantity, unit, unit price, and total price, with a requirement to list any additional costs, such as taxes or other fees. The document emphasizes that no partial offers will be accepted and that all submissions are subject to the stated terms and conditions. The use of definitions clarifies key terms like CLIN for better understanding. Overall, this solicitation seeks contractors for automotive service tasks, reflecting standard protocols in government contracting processes.
    The document outlines a solicitation notice (140R4025Q0039) for the Bureau of Reclamation’s Socorro Field Division, requesting quotes for repairs on a Caterpillar D7 Type Tractor's torque converter. This is a total small business set-aside under NAICS 811310, aimed at ensuring competitive bidding among qualified small businesses. Contractors are required to submit a Technical Capability Statement and Price Quote in response. The evaluation will focus on technical capability, past performance, and pricing, with the lowest priced technically acceptable quote being awarded the contract. The delivery and logistics outline the procedures for the contractor, detailing pickup and inspection protocols after repair completion. Additionally, various Federal Acquisition Regulation (FAR) clauses govern the procurement process including contract terms and payment requirements through the U.S. Treasury’s Invoice Processing Platform. Questions from potential bidders must be directed to designated contacts by specified deadlines, emphasizing compliance with a strict timeline. The document reinforces the importance of adherence to safety standards and regulations associated with the work, aligning with the government’s commitment to responsible fiscal and operational accountability.
    The document comprises a series of corrupted data entries likely stemming from various federal and state government-related requests for proposals (RFPs) and grants. Despite the degradation of the data, the primary emphasis revolves around government procurement processes, possibly covering funding opportunities, project planning, compliance regulations, and requirements for contract submissions. Key points of interest may include guidelines for the submission of applications, eligibility criteria for federal grants, deadlines, and specific areas of focus for proposals in the context of local governmental projects. The overall objective seems to facilitate public access to funding and support mechanisms for governmental initiatives, healthcare, environmental preservation, and infrastructure development. Thus, the document underscores the importance of transparency and structured processes for government contracting and financial assistance programs, aimed at enhancing community welfare and project success through informed participation of public and private entities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Merritt Twin Disc Transmission Rebuild
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the rebuild of two Twin Disc Marine Transmissions for the Dredge Merritt, with the solicitation number W912PM25QA003. Contractors are required to provide all necessary labor, materials, and services to restore the transmissions to like-new condition, adhering to manufacturer specifications and federal regulations. This project is critical for maintaining the operational capabilities of the dredge, emphasizing the importance of compliance with safety and technical standards. Interested small businesses must submit their price quotes and technical proposals electronically by March 26, 2025, at 3:00 PM Eastern Time, with a total estimated award amount of $12,500,000 and a performance period from April 15, 2025, to June 15, 2025. For further inquiries, contact Shaun McKenna at shaun.m.mckenna@usace.army.mil or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil.
    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.
    Endeavor Boat Repairs & Modifications
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide maintenance, repair, and modifications for the vessel "R.V. Endeavor." The project includes tasks such as hull repair, exterior painting, mechanical work, window replacements, and updates to navigation electronics, all aimed at ensuring the vessel's operational safety for environmental monitoring purposes. This procurement is critical for maintaining government assets and enhancing their operational capabilities, with a Firm Fixed Price Purchase Order expected to be awarded. Quotes are due by 3 PM PDT on March 25, 2025, and interested contractors should contact Sherry Heibeck at SHeibeck@usbr.gov or call 916-978-6188 for further details.
    317 07C HYDRAULIC EXCAVATOR/MULCHER
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is soliciting proposals for the procurement of two CAT317 hydraulic excavators for the Flathead Indian Irrigation Project, with this opportunity set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs). The procurement aims to enhance operational efficiency by acquiring heavy construction equipment that aligns with existing machinery, ensuring that operators and mechanics are familiar with its usage and maintenance. Proposals must be submitted by March 13, 2025, with delivery expected within 120 days after award to Saint Ignatius, MT. Interested vendors can contact Brock Bell at brock.bell@bia.gov for further information.
    J--CA SACRAMENTO NWR COMPLEX TRACTOR REPAIR
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the repair of the air conditioning system in a Case 135 Ag Tractor at the Sacramento National Wildlife Refuge Complex in California. This opportunity is a total small business set-aside, requiring contractors to provide a detailed quotation by March 18, 2025, and to adhere to specific federal regulations, including environmentally sustainable practices. The contract performance period is set from April 1, 2025, to May 1, 2025, and interested vendors must be registered with the System for Award Management (SAM) to participate. For further inquiries, potential bidders can contact Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
    CAT Repairs on Various Equipment
    Buyer not available
    The U.S. Army Corps of Engineers - Vicksburg District (USACE-MVK) intends to award a sole source purchase order for CAT machinery repairs to Puckett Machinery Company, utilizing original equipment manufactured Caterpillar parts. The procurement involves significant repairs on multiple Caterpillar models, including an articulating dump truck, dozer, trackhoe, and motor grader, requiring the contractor to provide all necessary resources for engine rebuilds, component replacements, and maintenance tasks. This contract is crucial for ensuring the operational efficiency and safety of government-owned machinery. Interested firms capable of meeting the requirements must submit a capabilities statement via email by 10:00 AM CST on March 19, 2025, with inquiries directed to Genna Wooten or Dustin Cannada at the provided email addresses.
    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.
    44--Replacement Boiler
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to replace an existing Fulton boiler at the Wetland and Aquatic Research Center in Lafayette, Louisiana. The procurement involves the removal of the malfunctioning boiler and the installation of a new unit that meets specified technical requirements, including compliance with federal, state, and local safety codes. This project underscores the importance of maintaining facility efficiency and adhering to safety and regulatory standards in government contracts. Interested small businesses must submit their quotations by March 19, 2025, at 2:30 PM MT, via email to Mindie Dixon at mdixon@usgs.gov, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    Z--Battle Creek - South Diversion Dam and Canal Removal
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract focused on the removal of the Battle Creek South Diversion Dam and associated canal. The project involves significant demolition work, including the dismantling of multiple diversion dams and the excavation and filling of the South Canal, with an estimated project cost ranging from $10 million to $15 million. This procurement is crucial for environmental restoration efforts in the region and is open to all responsible sources, with a requirement for 100% performance and payment bonds. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be posted on or around January 3, 2025, with proposals due approximately by February 3, 2025. For inquiries, contact Rosana Yousef Goarji at RYousefgoarji@usbr.gov or call 916-978-5004.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.