PDO Annual Safety Trailer Inspection & Repairs
ID: 140L6425Q0010Type: 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- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (J023)

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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a Request for Proposals (RFP) for the inspection and repair of 49 trailers, designated as a total small business set-aside. Offerors must submit a comprehensive proposal detailing inspection criteria, costs, certifications, and required services per the Statement of Work (SOW). All inquiries should be directed to the specified Contracting Officers via email before March 14, 2025, and proposals must be submitted electronically by March 21, 2025. Selection will be based on the Lowest Price Technically Acceptable (LPTA) method, evaluating two primary factors: Technical Approach and Total Price. The Technical Approach will be graded as acceptable or unacceptable based on its alignment with the RFP requirements. While the price will not receive a score, it will be assessed for reasonableness. A Firm Fixed Price Contract will be awarded to the offeror offering the best price compliant with solicitation standards and deemed a responsible contractor. This RFP reflects the federal government's commitment to engaging small businesses while ensuring transparency in the procurement process.
    The provided document appears to contain corrupted or unreadable data, making it impossible to discern coherent information regarding RFPs, federal grants, or state and local RFPs. Without any recognizable structure, topics, or key ideas due to the garbled text, the document does not convey typical components expected from government-related filings. Therefore, it cannot be effectively summarized or analyzed for relevant insights related to government funding or project requests, as it lacks legible content. Further examination or a clean version of the file would be necessary to fulfill the task requirements accurately.
    The Bureau of Land Management (BLM) has issued a combined synopsis/solicitation for a qualified vendor to provide annual vehicle and trailer inspections for the Department of Transportation (DOT) and to perform repairs on 49 trailers. This Request for Quote (RFQ), with Solicitation Number 140L6425Q0010, will conform to the Federal Acquisition Regulation (FAR) guidelines and is specifically targeted at local small businesses registered in SAM, with a NAICS code of 811111. Interested parties are required to submit quotes by March 21, 2024, and can direct their questions to the designated Contracting Officer and Contract Specialist by March 14, 2024. The evaluation for this contract will utilize a Lowest Price Technically Acceptable (LPTA) method, assessing both technical statements and price summaries. Key details regarding performance locations, requirements, and necessary wage determinations are outlined in the attached documents. The solicitation underlines compliance with various FAR clauses and requires that offerors keep their representations and certifications updated in the System for Award Management (SAM).
    The Bureau of Land Management (BLM) Phoenix District Office aims to evaluate and maintain safety standards for its 49 trailers via annual inspections and necessary repairs as mandated by federal and state regulations. This process aligns with the Department of Transportation’s requirements for commercial motor vehicle safety, ensuring that vehicles pass thorough inspections covering critical parts such as brakes, lights, and structural integrity. Inspections must be conducted on-site by certified mechanics, with findings documented and reported to BLM officials. The contract, anticipated to be awarded as a Firm Fixed Price agreement, requires work to commence within 10 days of award and to be completed within 60 business days during standard hours. The contractor is responsible for maintaining safe working conditions, appropriate conduct, and timely communication with BLM representatives. Key deliverables include inspection certificates, repair documentation, and a complete list of trailers inspected. This procurement strategy reflects the BLM's commitment to fleet safety and compliance with established regulations, ensuring operational integrity for the vehicles used in its mission.
    The document outlines the Value Bid Schedule for solicitation number 140L6425Q0010, which encompasses annual safety trailer inspections and repairs. It includes a list of trailers with specific identification numbers (plate and serial), details on the number of axles (single or dual), and locations of inspection such as the Barry M Goldwater Compound, Casa Grande Office, and Weaver Mountain Fire Station. The bid covers inspections that assess vehicle safety and maintenance compliance. Each trailer's inspection results, categorized as either pass or fail, will reflect the overall condition and readiness of the equipment for operational use. The document serves as part of the government's procurement process, ensuring that safety standards and maintenance practices are upheld across federal, state, and local entities. By collecting and managing this data, the initiative aims to maintain operational integrity and prioritize public safety in transportation and equipment utilization.
    The document outlines the Request for Proposal (RFP) titled "PDO Annual Safety Trailer Inspection & Repairs," detailing the contract requirements and terms essential for bidders. It incorporates Federal Acquisition Regulation (FAR) clauses relevant to the procurement process, emphasizing compliance with legal provisions and executive orders. Key clauses include maintenance responsibilities of the System for Award Management, contract terms for commercial products, and several prohibitions regarding contracting with entities involved in national security or labor violations. The evaluation criteria for bids center on price and other factors, and it emphasizes the need for detailed representations and certifications from offerors, such as identifying small business status or compliance with labor standards. Additionally, the document specifies the flow-down requirements for subcontractors, ensuring accountability in contracting practices. The purpose of the RFP is to solicit qualified contractors to provide necessary safety inspections and repairs on trailers, ensuring that governmental standards are met efficiently. By establishing clear guidelines and requirements, the RFP aims to foster transparency and fairness in the bidding process while focusing on safeguarding compliance and support for small and disadvantaged businesses.
    The Bureau of Land Management (BLM), Phoenix District Office, is issuing a Request for Proposal (RFP) for annual safety inspections and repairs of 49 trailers. Vendors are invited to provide services in accordance with the attached Statement of Work (SOW). The deadline for submitting questions is March 14, 2025, with quotes due by March 21, 2025, at 12:00 PM (MD). The procurement is part of a government initiative to maintain trailer safety and compliance, highlighting the importance of qualified service providers. The period of performance for the contract is from April 1, 2025, to May 30, 2025. Interested bidders must submit their quotes via email to the designated Contract Specialist, Cindy Gonzalez, and the Contracting Officer, Lisa Hariper. The solicitation incorporates federal acquisition regulations and emphasizes the requirement for vendors to be recognized small businesses such as service-disabled veteran-owned or economically disadvantaged women-owned businesses. This initiative illustrates the government's commitment to maintaining operational standards while ensuring small businesses have the opportunity to participate in federal contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/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 capabilities of wildland fire suppression vehicles, ensuring they meet rigorous safety and performance standards as outlined by the National Fire Equipment Program. This initiative is crucial for maintaining effective wildfire response capabilities, emphasizing the importance of durable and well-equipped vehicles in emergency situations. Interested contractors must submit their quotations electronically by March 26, 2025, with inquiries directed to Addison Page at apage@blm.gov or by phone at 303-236-3800. The contract performance period is set from June 2, 2025, to June 1, 2030, and the opportunity is designated as a Total Small Business Set-Aside.
    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.
    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.
    Z--Muskrat - Vernon Garage Door Repairs
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting bids for garage door repairs at the Muskrat Fire Station in Grantsville, UT, and the Vernon Fire Station in Vernon, UT, under solicitation number 140L5725Q0026. The project involves extensive repairs to 11 overhead doors, including replacing damaged components and ensuring proper installation to meet safety and operational standards before the fire season begins on May 31, 2025. This initiative is crucial for maintaining functional infrastructure that supports the West Desert District Fire Program. Interested contractors must submit their quotes by March 25, 2025, and adhere to the "Lowest Price Technically Acceptable" evaluation criterion, with a firm fixed price contract anticipated to be awarded by April 1, 2025. For further inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.
    23--Farmington District Office Leased Modular Building
    Buyer not available
    The Bureau of Land Management (BLM) is seeking competitive quotations from small businesses for a firm-fixed price contract to lease a modular office building at the Farmington District Office in New Mexico. The modular building must accommodate administrative functions for up to four staff members, include network capabilities, be temperature-controlled, and comply with ADA standards, with delivery and setup responsibilities falling to the contractor. This procurement is crucial for maintaining operational efficiency during ongoing construction, with proposals due by March 13, 2025, and the contract period running from March 17, 2025, to January 31, 2026. Interested vendors should contact Ronald Shumate at rshumate@blm.gov for further details and ensure they are registered in the System for Awards Management to qualify for consideration.
    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 approximately 765 acres, with work scheduled between April 2, 2025, and November 30, 2025, while adhering to environmental regulations and ensuring equipment cleanliness to prevent the spread of noxious weeds. The project reflects the federal commitment to effective land management and resource conservation, emphasizing 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.
    Z--FFO Parking Lot Pavement Preservation
    Buyer not available
    The Bureau of Land Management (BLM), part of the Department of the Interior, is seeking contractors for the Fillmore Parking Lot Pavement Preservation project in Millard County, Utah. This project involves the sealing and repairing of asphalt parking lots at the Fillmore Field Office and the Fillmore SEAT Base, addressing significant deterioration through tasks such as crack sealing, surface treatments, and repainting pavement markings. The work is crucial for maintaining the functionality and safety of federal facilities, with an estimated project cost between $25,000 and $100,000, and is set to commence in Spring 2025, lasting approximately 30 days. Interested small businesses must register with the System for Award Management (SAM) and can contact Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445 for further details.
    VIPR I-BPA for Refrigerated Trailer for Regions 1, 2, 3, 4, 5, 6, 8, and 9
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for a Blanket Purchase Agreement (BPA) for refrigerated trailers across multiple regions (1, 2, 3, 4, 5, 6, 8, and 9). The procurement aims to provide specialized freight trucking services, particularly for natural resources and conservation efforts related to forest and range fire suppression and presuppression. These refrigerated trailers are crucial for transporting perishable goods and equipment necessary for effective incident response and management in forestry operations. Interested small businesses are encouraged to reach out to Briana Chalmers at briana.c.chalmers@usda.gov or call 803-497-5383 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Z--Fencing Replacement - Amendment 1
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotations for the replacement of fencing at the Giles Run Trailhead and Meadowood Connector Trailhead in Fairfax County, Virginia. The project involves the complete removal of existing fencing and the installation of new treated oak post and rail fencing, adhering to specific guidelines regarding materials, dimensions, and safety compliance. This initiative aims to enhance recreational spaces while ensuring adherence to federal contracting requirements and quality assurance processes. Interested small businesses must submit their quotes by March 10, 2025, and can direct inquiries to Oksana Rollins at orollins@blm.gov or by phone at 303-236-1853. The estimated project value is between $25,000 and $100,000, with a pre-bid site visit scheduled for February 27, 2025.