J--PRI 1 HOTSHOTS VEHICLE REPAIR - I-620316
ID: 140L3925Q0018Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNEVADA STATE OFFICERENO, NV, 89502, 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 (BLM) Nevada State Office, is seeking proposals for vehicle repair services under Solicitation Number 140L3925Q0018. The contract involves servicing a 2016 International MA 035 vehicle, requiring certified International dealerships to perform various repairs identified during an annual inspection, including air dryer service, shock replacements, and oil leak repairs. This procurement underscores the importance of maintaining operational readiness for firefighting and rescue equipment, ensuring compliance with federal regulations throughout the process. Proposals are due by February 3, 2025, with the contract performance period set from February 20, 2025, to March 21, 2025. Interested parties can contact Nakea Hughes at nnhughes@blm.gov or by phone at 775-861-6302 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the repair and maintenance of a Ruby Mountain IHC Crew Carrier. The main purpose is to contract a certified International mechanic to perform necessary repairs identified during a recent annual inspection. Key repair tasks include servicing the air dryer/purge valve, replacing shocks and filters, repairing an oil leak, and diagnosing throttle issues. It specifies that the contractor must ensure all parts meet original manufacturer standards and have current pricing before submitting bids. The government will facilitate the vehicle's transportation within a 300-mile radius and require vendors outside this range to include transportation costs in their quotes. The completion deadline for all repairs is set for March 1, 2025. This document illustrates the structured approach and requirements characteristic of government procurement processes for essential vehicle maintenance services.
    The document appears to be a fragmented and encoded text, potentially containing internal government communications related to requests for proposals (RFPs) or federal grants at various levels (federal, state, and local). While the specific content is largely unintelligible or distorted, the underlying theme centers around the government’s procurement processes or grant-funding initiatives. Key points may involve the solicitation and handling of requests for bids by entities looking to engage with the government, addressing criteria for eligibility, proposal submission processes, and evaluation metrics. The structure reflects common elements typically found in RFP documents, such as guidelines for bidders, required documentation, deadlines, and compliance with local regulations. The purpose of this document likely centers on facilitating procurement activities, clarifying expectations for participants, and ensuring transparency in government funding opportunities. Enhanced clarity and accessibility of such documents are vital for potential contractors or grant applicants to effectively navigate the application processes and capitalize on available resources. Overall, successful engagement in government contracts or grants necessitates a comprehensive understanding of procedural requirements, deadlines, and regulatory obligations that guide these initiatives.
    The document appears to be heavily encrypted or corrupted, making it difficult to extract coherent information or understand a clear purpose. Given the context of government RFPs, federal grants, and state/local RFPs, one might infer that the file likely pertains to a formal request for proposals or grants aimed at specific projects or services. However, without readable content, key ideas or supporting details cannot be identified, and the structure of the document ultimately lacks clarity. This situation underlines the importance of secure file management and the need for data integrity in government documentation, especially when potential bidders or grant applicants need access to accurate information to comply with procurement processes. The original intent behind the document remains fundamentally obscured due to the lack of accessible content.
    The Fleet Repair Statement of Work outlines the requirements for servicing a Ruby Mountain IHC Crew Carrier, specifically Vehicle Identification Number (VIN): 1HTMKAAL4GH376885. Following an annual inspection by a certified International dealership, several repairs and parts replacements are necessary, including a throttle pedal, air filters, rear torque rods, and sealing of oil leaks. All work must be conducted by a certified International Mechanic, who will receive a notice to proceed from the Contracting Officer and must complete repairs within the specified timeframe. Workmanship standards emphasize the quality of repairs, cleanliness of parts, and compliance with original manufacturer specifications for replacement items. Contractors must ensure that all necessary parts are available at current prices prior to bidding. The document also clarifies transportation responsibilities: the government will handle deliveries within a 300-mile radius of Sparks, NV, while vendors outside this area must arrange and include transport costs in their quotes. This statement serves to solicit qualified contractors for vehicle maintenance and ensure adherence to specific operational and regulatory standards.
    The document details the amendment of solicitation number 140L3925Q0018, specifically addressing modifications related to contracts and work requirements. The amendment outlines that offers received without acknowledgment may be rejected, and any proposed changes must be communicated in advance of the submission deadline. The primary change is an updated Statement of Work specifying the necessary services and repairs for a vehicle (VIN: 1HTMKAAL4GH376885), which must be performed by a certified International Mechanic. The period of performance for this contract is set from February 20, 2025, to March 21, 2025. Additionally, the document lists Nakea Hughes as the contract specialist for inquiries and provides contact information. Overall, the amendment serves to clarify obligations and ensure compliance with federal contracting procedures, reflecting the government's structured approach to managing RFPs and contract modifications effectively.
    The Bureau of Land Management (BLM) - Elko Field Office has issued a Request for Proposal (RFP) for vehicle repair services for a 2016 International MA 035 vehicle, detailed under Solicitation Number 140L3925Q0018. The contract requires certified International dealerships and service departments to perform multiple repairs identified during an annual inspection, including air dryer service, shock replacements, and oil leak repairs. The contract must adhere to the Federal Acquisition Regulation (FAR) and various compliance clauses, including those concerning minimum wage, service contract labor standards, and the prohibition on the use of certain technologies, such as TikTok, on government devices. The contractor must submit payment requests through the U.S. Treasury's Internet Payment Platform, and detailed record-keeping for wage payments is mandatory. The specified period of performance for the contract is from February 20, 2025, to March 21, 2025, with the proposal due date set for February 3, 2025. This RFP reflects the government's commitment to utilizing certified service providers while ensuring compliance with all applicable regulations for federal contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    K--Fire Command Vehicle Upfitting
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified small businesses to provide upfitting services for Fire Command Vehicles under solicitation number 140L0625Q0005. The contract aims to enhance the operational capabilities of these vehicles, which are critical for wildland fire suppression efforts, by ensuring they meet rigorous safety and performance standards. The performance period for this contract is set from June 2, 2025, to June 1, 2030, with a total estimated budget of $6.3 million allocated for vehicle purchases over five years. Interested contractors must submit their quotes electronically by March 12, 2025, and can direct inquiries to Addison Page at apage@blm.gov or by phone at 303-236-3800.
    Up-fitting (Outfitting) Law Enforcement 2024 Ford
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified vendors to provide outfitting services for a 2024 Ford F-150 4x4 Crew cab XTS pick-up truck designated for law enforcement use. The project involves the installation of essential law enforcement equipment, including emergency lighting, vehicle power management systems, and communication tools, ensuring compliance with safety standards. This procurement is critical for enhancing the operational capabilities of law enforcement vehicles, thereby improving their effectiveness in the field. Interested small business vendors must submit their quotes by March 26, 2025, with the performance period set from April 1, 2025, to September 30, 2025. For further inquiries, vendors can contact Andrea Ramos at aramos@blm.gov or by phone at (801) 539-4145.
    Y--GAOA - Orovada Fire Engine Cover & Crew Quarters, NV
    Buyer not available
    The Department of the Interior, through the Bureau of Land Management (BLM), is announcing a pre-solicitation for the construction of a new Fire Station Complex in Orovada, Nevada, under solicitation number 140L0625R0006. This project aims to enhance fire service capabilities in northwestern Nevada by providing a fire station and crew quarters for the Winnemucca District, with a projected construction cost between $5 million and $10 million and an estimated completion period of 1,095 days post-award. The procurement is designated as a Total Small Business Set-Aside, emphasizing the importance of small business participation, and interested contractors must register with a Unique Entity ID and maintain an active profile in the System for Award Management (SAM). A request for proposals (RFP) is expected to be issued in late April 2025, followed by a site visit approximately one to two weeks later; for further inquiries, interested parties can contact Jonathan Peterson at jrpeterson@blm.gov or call 314-708-0329.
    Z--Muskrat - Vernon Garage Door Repairs
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for garage door repairs at the Muskrat and Vernon Fire Stations in Utah under solicitation number 140L5725Q0026. The project involves extensive repairs and replacements of overhead doors, with a focus on ensuring operational functionality before the fire season begins on May 31, 2025. This procurement is set aside for small businesses, with a firm fixed-price contract expected to be awarded based on the lowest priced technically acceptable bid. Interested contractors must submit their quotations by March 25, 2025, and direct any inquiries to Contract Specialist Mark Renforth at mrenforth@blm.gov or by phone at 334-846-2890.
    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.
    UWC NF Crew Carrier EN #8058 Engine Repair_Combined Synopsis_RFQ
    Buyer not available
    The United States Department of Agriculture (USDA), Forest Service is soliciting quotations for engine repairs on a Hotshot Crew Transporter vehicle (EN 8058) due to an identified oil leak. The procurement requires qualified small businesses to provide estimates for labor and parts necessary to address the repair of a cracked front engine cover, along with various seals and gaskets, ensuring compatibility with the vehicle. This opportunity underscores the importance of maintaining government vehicles to ensure operational readiness and efficiency. Interested contractors must submit their quotes by March 24, 2025, with an anticipated award date of March 31, 2025, and completion of repairs expected by April 30, 2025. For further inquiries, contact Whit Fausett at arlen.fausett@usda.gov.
    MRG SFD 39 D7 DOZER REPAIR
    Buyer not available
    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.
    1202RZ22Q0004 - AIMS I-BPA for Off Highway Vehicles (UTV/ATV)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors to provide Off-Highway Vehicles (OHVs) under Solicitation Number 1202RZ22Q0004, aimed at supporting fire suppression and emergency response operations nationwide. The procurement includes All-Terrain Vehicles (ATVs), Multipurpose Off-highway Utility Vehicles (MOHUVs), and Recreational Off-road Vehicles (ROVs), with contractors responsible for ensuring compliance with safety standards, operational capabilities, and vehicle maintenance. This initiative is crucial for maintaining readiness in disaster response scenarios, with the contract period estimated from April 2025 to March 2026, and a deadline for quote submissions set for 15:00 Mountain Time on March 20, 2025. Interested vendors can contact Michael J. Lucas at michael.j.lucas@usda.gov or Racheal Koke at racheal.koke@usda.gov for further information.
    H--BOILER INSPECTION FOR NAVAJO REGIONAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for boiler inspection services across sixty-six schools managed by the Bureau of Indian Education, including nine Bureau of Indian Affairs locations. The contract, set aside for Indian Small Business Economic Enterprises (ISBEE), requires contractors to conduct annual external inspections of boilers and pressure vessels, providing all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is crucial for ensuring the safety and compliance of heating systems in educational facilities, with a performance period commencing on March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors should submit their offers by March 20, 2025, at 5:00 p.m. MDT, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.
    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.