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 soliciting proposals for vehicle repair services under Solicitation Number 140L3925Q0018. The contract requires certified International dealerships to perform essential repairs on a 2016 International MA 035 vehicle, including air dryer service, shock replacements, and oil leak repairs, all in compliance with the Federal Acquisition Regulation (FAR) and relevant labor standards. This procurement is crucial for maintaining the operational readiness of firefighting and rescue equipment, ensuring safety and environmental protection. Proposals are due by February 3, 2025, with the contract performance period running 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 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
    PRI 1 HOTSHOTS VEHICLE REPAIR - I-620317
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Nevada State Office, is soliciting proposals for vehicle repairs on a Ruby Mountain IHC Crew Carrier, identified by VIN: 1HTMKAAL4GH376886. The required repairs include hinge replacement for the driver door, diagnosing engine issues, and replacing components such as warped exhaust manifolds and shocks, with a completion deadline set for March 1, 2025. These repairs are critical for restoring the vehicle to operational standards, ensuring the readiness of the BLM's firefighting and safety equipment. Interested contractors should contact Nakea Hughes at nnhughes@blm.gov or call 775-861-6302 for further details, with the repair period scheduled from February 20, 2025, to March 21, 2025.
    VEHICLE REPAIRS
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide vehicle repair services, specifically for the replacement of the engine and components of a Ford 550 Super Duty fire emergency vehicle. The procurement is a 100% Total Small Business Set-Aside, emphasizing the importance of small business participation in federal contracting, with a focus on delivering essential maintenance for emergency response equipment. Interested contractors must submit their quotes by February 14, 2025, with a projected contract performance period from February 21, 2025, to March 21, 2025. For further inquiries, vendors can contact Rachel Henriques at rhenriques@blm.gov or by phone at 602-856-6584.
    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 effective wildland fire suppression, by ensuring compliance with safety and performance standards set by federal regulations. The performance period for this contract is from June 2, 2025, to June 1, 2030, with a focus on inclusivity, encouraging participation from small businesses, including those owned by disabled veterans and women. Interested parties must submit their quotations electronically by March 12, 2025, and can direct inquiries to Addison Page at apage@blm.gov or by phone at 303-236-3800.
    MI - VEHICLE REPAIR - 2024 FRONTIER
    Buyer not available
    The U.S. Geological Survey (USGS) is soliciting quotes for vehicle repair services for a 2024 Nissan Frontier pickup truck that has sustained damage from a deer collision. The procurement is designated as a Total Small Business Set-Aside, allowing only small business vendors to participate, with a submission deadline of February 7, 2025. The scope of work includes vehicle pickup, damage assessment, part procurement, repair execution, and final quality assurance, with adherence to federal wage determinations and compliance with cybersecurity and environmental regulations. Interested vendors should submit their quotations in PDF format, including relevant references and required documentation, to the designated contact, Brian Baker, at bfbaker@usgs.gov. The contract performance period is set from February 21, 2025, to May 31, 2025.
    J--MN FWS ARD FSHRS Fish Distribution Truck Repair BP
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking to establish a Blanket Purchase Agreement (BPA) for the repair of large diesel trucks used in fish distribution efforts across three National Fish Hatcheries in Michigan and Wisconsin. The BPA, valued at up to $250,000, will cover a five-year period from April 1, 2025, to March 30, 2030, and aims to ensure the operational readiness of the fleet by providing necessary diagnostics and repair services. This initiative is crucial for maintaining transportation resources essential for wildlife conservation and restoration efforts in the Great Lakes region. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    Lahontan Basin Area Office (LBAO) Marble Bluff Hoi
    Buyer not available
    The Department of the Interior, through the Bureau of Reclamation, is seeking small businesses to provide maintenance and inspection services for the hoists at the Marble Bluff Dam and Fish Passage Facility in Nevada. The procurement, identified by RFQ number 140R2025Q0020, requires contractors to conduct thorough inspections, maintenance, and load testing of three specific hoists from March 3 to March 7, 2025, following manufacturer recommendations and federal safety standards. This initiative underscores the importance of maintaining critical infrastructure while ensuring minimal disruption to environmental operations during the fish passage season. Interested contractors can reach out to Sarah Rodrigues at srodrigues@usbr.gov or by phone at 916-978-5445 for further details.
    VIPR I-BPA for Mechanic with Service Truck for Regions 5 & 6
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking qualified vendors to provide mechanic services with a service truck for Regions 5 and 6, primarily for use during fire suppression and all-hazard incidents. This opportunity is part of a Multiple Award Incident Blanket Purchase Agreement (IBPA) and is a total small business set-aside, allowing new and existing contractors to submit quotes during the open season onboarding period. The solicitation has been re-opened, with responses due by March 3, 2025, at 17:00 MST, and all submissions must meet the original solicitation's criteria and evaluation factors. Interested parties can contact Chase Knight at chase.knight@usda.gov or by phone at 458-218-2120 for further information.
    L--Road Oil Distributor and Operator - Yellowstone NP
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide road oil distribution and operational services within Yellowstone National Park. The contract, identified as RFQ 140P1425Q0004, requires the rental of a road emulsion distributor with specific capabilities and the engagement of an experienced operator for chip seal seasons from July 1 to August 31, spanning from 2025 to 2029. This procurement is crucial for maintaining the park's road infrastructure, ensuring safe and efficient travel for visitors while preserving the natural environment. Interested vendors must submit their proposals by February 5, 2025, and can direct inquiries to Colton Nelson at coltonnelson@nps.gov or by phone at 720-390-0199.
    J--Bobcat Service and Repair for Selba Delkai Boardin
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting quotes for Bobcat service and repair for the Selba Delkai Boarding School. This procurement aims to secure general automotive repair services under NAICS code 811111, with a contract period running from January 10 to February 28, 2025. The opportunity is set aside for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the importance of compliance with federal regulations and supporting small business participation. Interested contractors must submit their quotes by February 10, 2025, at 5:00 PM Eastern Time, and can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov for further information.
    W--Vault Toilet Pumping, North Vale, Oregon
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for vault toilet pumping services in North Vale, Oregon, under solicitation number 140L4325Q0010. The contract, which is set to commence on April 1, 2025, and run through March 31, 2026, includes options for four additional years and requires the contractor to manage all labor, materials, and transportation necessary for the pumping services at designated sites. This procurement is vital for maintaining sanitation and public health at recreational areas, ensuring compliance with environmental regulations, and enhancing visitor experiences in the region. Interested contractors, particularly small businesses within the NAICS code 562991, must submit their proposals, including the Offeror Representations and Certifications form, by the specified deadline. For further inquiries, Benjamin Becker can be contacted at babecker@blm.gov or by phone at 503-808-6545.