J--DODGE RAM 2500 ENGINE REPLACEMENT
ID: 140L1724Q0072Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCOLORADO STATE OFFICELakewood, CO, 80225, 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 contractors for a firm-fixed-price contract to replace the engine of a 2018 Dodge Ram 2500 at the Royal Gorge Field Office in Canon City, Colorado. The procurement requires the contractor to provide towing services, a new engine conforming to OEM specifications, and a warranty of at least 7,200 hours or two years/24,000 miles, along with various necessary components for the engine replacement. This contract is critical for maintaining the operational readiness of the vehicle, ensuring compliance with federal regulations, and supporting small businesses under the NAICS code 811111. Interested parties must submit their offers by September 6, 2024, and can contact Scott Voigt at svoigt@blm.gov or 303-239-3637 for further information.

    Point(s) of Contact
    Voigt, Scott
    (303) 239-3637
    (303) 239-3699
    svoigt@blm.gov
    Files
    Title
    Posted
    This document is a Wage Determination Register from the U.S. Department of Labor under the Service Contract Act (SCA), detailing wage rates for various occupations in Colorado, effective from July 22, 2024. It outlines minimum wage requirements under two Executive Orders—14026 and 13658—differentiating wage obligations based on contract dates. Specifically, contracts initiated on or after January 30, 2022, require a minimum hourly wage of $17.20, while earlier contracts maintain a rate of $12.90 unless the listed rate is higher. The document also includes detailed wage rates and fringe benefit requirements for numerous occupations, such as administrative support and technical occupations, and specifies health and welfare benefits. Additional provisions include compliance guidelines regarding paid sick leave and uniform allowances. The summary emphasizes the Department's commitment to ensuring fair compensation for contracted workers under governmental contracts, highlighting legal frameworks that protect worker rights and benefits. These conditions are critical for businesses engaged in federal or state contracts, as adherence ensures their eligibility and compliance with labor regulations.
    The document is an amendment to a solicitation for a contract regarding the replacement of the engine in a 2018 Dodge Ram 2500 for the Royal Gorge Field Office. It specifies that the amendment must be acknowledged in the submission of offers before the designated hour and date to avoid rejection. The contract will be a firm-fixed-price agreement, and it is set aside exclusively for small businesses under NAICS 811111 with a size standard of $9 million. Key contracting requirements include active registration on SAM.gov, adherence to the invoicing and payment guidelines at www.ipp.gov, and compliance with various federal acquisition regulations (FAR). The period of performance is from September 16, 2024, to October 13, 2024. The amendment corrects information in the previous SAM.gov notice, reaffirming the need for work to meet OEM specifications and quality standards. It lays out the basis for awarding the contract solely on price, reflecting the effort to ensure a competitive and compliant contracting process.
    The document outlines an amendment to solicitation number 140L1724Q0072 for the replacement of an engine in a 2018 Dodge Ram 2500 for the Royal Gorge Field Office. It specifies that a contractor is sought for a firm-fixed-price contract, detailing necessary work to conform to OEM specifications and quality standards. Key aspects include the requirements for the contractor to provide a quotation that ensures towing services, and a warranty of at least 7,200 hours or two years/24,000 miles. Additionally, the quotation must cover various components necessary for the engine replacement, ensuring that the air conditioning system remains operational post-replacement. The document also emphasizes adherence to basic contracting requirements such as registration at SAM.gov and compliance with FAR guidelines, alongside a stipulation for a total small business set aside under NAICS 811111. The aim is to secure quality services while observing budgetary constraints and regulatory guidelines. Overall, this amendment seeks to formalize procedures and requirements moving forward in the procurement process.
    The document outlines an amendment related to solicitation 140L1724Q0072 for a firm-fixed-price contract regarding the replacement of a 2018 Dodge Ram 2500 engine at the Royal Gorge Field Office. The amendment modifies contract terms and specifies the period of performance from October 1, 2024, to November 1, 2024. Key requirements for the bid include towing services, a minimum warranty of 2 years or 24,000 miles, and various parts necessary for the engine replacement. The solicitation emphasizes adherence to OEM specifications and includes stipulations for the effects of engine replacement on the vehicle's air conditioning system. The contracting procedure will follow established federal guidelines, specifically FAR regulations, and is set aside for small businesses under the NAICS standard, ensuring competitive pricing and compliance with local wage laws. The document serves to inform potential contractors of the necessary modifications and instructions to submit their offers effectively.
    The document pertains to a Request for Proposal (RFP) for engine replacement services for a 2018 Dodge Ram 2500, issued by a federal agency, specifically the Bureau of Land Management (BLM). The contract details the solicitation number (140L1724Q0072), the offer due date (September 6, 2024), and specifies that the work involves a one-for-one engine replacement, adhering to OEM specifications. The engine must be new unless prior approval for an alternative is given by the Contracting Officer. The document outlines the contract terms and conditions, including payment details, administrative codes, and required compliance with various federal regulations and clauses, including those pertaining to small business set-asides and labor standards. It includes provisions for the treatment of workers under Executive Orders related to minimum wage, emphasizing that workers must be paid no less than the Executive Order minimum wage. The overall purpose of the RFP is to solicit offers from qualified contractors for the necessary engine replacement service while ensuring compliance with federal regulations and standards governing funding and contractor responsibilities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J--Fire Engine Motor Replacement-Desert NWR, NV
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the replacement of the motor on fire engine 8262, a 2016 Ford F550, at the Desert National Wildlife Refuge in Nevada. The urgency of this procurement arises from the critical need for the fire engine to be operational for emergency response, particularly with the upcoming fire season. Rush Truck Centers has been identified as the only local vendor capable of performing the necessary repairs in a timely manner, as they have already begun troubleshooting the engine and possess certified Ford ASE mechanics. Interested parties may submit capability statements to Darla Freyholtz Ballard at darlafreyholtzballard@fws.gov within ten calendar days of this notice, with the contract period of performance set from September 20, 2024, to November 1, 2024.
    FDO HAZARDOUS FUELS REMOVAL EQUIPMENT RENTAL
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to rent various skid steer attachments for fire and fuels vegetation management in San Juan County, New Mexico. This procurement involves a non-personnel services contract for the rental of equipment, with a base period of 12 months and four one-year option periods, commencing on October 1, 2024. The rental services are critical for effective resource management and compliance with safety and environmental regulations. Interested contractors must submit their quotes by September 23, 2024, by 4:00 p.m. Mountain Time, to Audrey Whetham at awhetham@blm.gov, and must be registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) and CAGE code.
    C--Arizona, Colorado and New Mexico A&E IDIQ Contract
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified small businesses to establish two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Architect/Engineering (A&E) services in Arizona, Colorado, and New Mexico. The contracts will encompass a range of services including civil engineering, architecture, facility construction, and environmental compliance, with a maximum contract value of $7 million over a five-year term and a minimum guarantee of $2,500. These services are crucial for the rehabilitation and construction of various facilities, ensuring adherence to federal design and environmental standards. Interested firms must submit their qualifications by September 27, 2024, at 2:00 PM local Colorado time, and can direct inquiries to Ian Petersen at ipetersen@blm.gov or by phone at 303-236-6701.
    J--Repair Caterpillar 143H motor grader
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking a contractor to repair a Caterpillar 143H motor grader that has experienced engine failure. The contractor will be responsible for providing comprehensive repair services, including a diagnostic estimate and the replacement of the engine with a reconditioned Long Block, while utilizing reusable parts from the existing engine. This grader is crucial for maintaining irrigation canals and drainage systems, which are vital to the BIA's operational capacity. Interested vendors must submit pricing information and a capability statement by 8:00 a.m. MDT on September 20, 2024, and can direct inquiries to Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.
    MOTOR GRADER
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to procure a six-wheel drive Motor Grader for road maintenance operations in Ft. Duchesne, Utah. The procurement requires a Motor Grader with a 14-foot moldboard and specific operational features, including an antler rack hydraulic control system and severe-duty fuel filtration, along with comprehensive training on equipment operation. This acquisition is crucial for maintaining essential infrastructure and ensuring the functionality of road maintenance operations within the agency. Interested parties must submit their quotes in response to the Request for Quote (RFQ) by the specified deadline, with a firm-fixed-price purchase order expected to be awarded within 120 days post-award. For further inquiries, vendors can contact Renee Holly at Renee.Holly@bia.gov or by phone at 602-379-3822.
    Diesel Engine Repair and Maintenance
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New Orleans District, is seeking proposals for the inspection, maintenance, troubleshooting, analysis, overhaul, and repair of eight Caterpillar marine diesel engines installed on the vessel Dredge Wheeler. The selected contractor must be a designated Caterpillar dealer with proven technical capabilities and experience in engine servicing, as outlined in the Performance Work Statement (PWS). This procurement is crucial for ensuring the operational readiness of the Corps' assets, reflecting their commitment to high-quality workmanship and adherence to safety standards. Proposals are due by September 24, 2024, and interested parties can contact Stephanie Mbelu at stephanie.n.mbelu@usace.army.mil or Nakiea Butler at nakiea.b.butler@usace.army.mil for further information.
    S--Moab and Monticello Vault Toilet Pumping and Waste Hauling Services
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide Vaulted Toilet Pumping Services for the Moab and Monticello Field Office locations within the Canyon Country District. This procurement is a total small business set-aside under NAICS Code 562991, and the contract will cover a Base Year plus four Option Years. These services are crucial for maintaining sanitation facilities in remote areas, ensuring compliance with health and environmental standards. The solicitation, identified as 140L5723Q0083, is expected to be posted on or around September 20, 2024, with a closing date in mid-November, and interested vendors should monitor www.SAM.gov for updates. For inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.
    International DT-570 Engine
    Active
    Dept Of Defense
    The Department of Defense, specifically the Montana Air National Guard (MTANG), is soliciting quotes for the procurement of a DT-570 International Engine for a 2012 International 7400 SBA fire truck. The requirement includes the engine being delivered in an installation-ready condition, with all necessary connections and no modifications needed, along with shipping and handling costs. This engine is crucial for the operation of the fire truck, emphasizing the importance of having the correct specifications for effective performance. Interested small businesses must submit their quotes by September 26, 2024, and direct any inquiries to MSgt Anthony Barille at anthony.barille@us.af.mil or by phone at 406-791-0246, noting that funding for this acquisition is currently unconfirmed.
    VM Bus Transmission and Fuel Injectors
    Active
    Dept Of Defense
    The Department of Defense, through the Colorado Air National Guard's 140th Wing, is seeking quotations for the procurement of VM Bus Transmission and Fuel Injectors, specifically for a 2008 Blue Bird bus. This opportunity is a combined synopsis/solicitation set aside entirely for small businesses, requiring contractors to deliver specified parts within 30 days of order placement. The procurement process emphasizes compliance with Federal Acquisition Regulations (FAR), and proposals must be submitted by September 23, 2024, with quotes remaining valid through September 30, 2024. Interested parties can contact Capt Jacob Geroux at jacob.geroux.1@us.af.mil or the 140th Contracting Office at 140.WG.MSC@us.af.mil for further details.
    F--Off-range Corral Support Services (ORC)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral Support Services (ORC) for the Wild Horse & Burro Program (WHBP) in the Eastern States. The required services include the feeding, care, and maintenance of wild horses and burros, with facilities capable of accommodating between 120 and 400 animals annually, alongside necessary infrastructure such as fenced corrals and regular maintenance. This initiative underscores BLM's commitment to the welfare of wild horses and burros while promoting engagement with small businesses, with a prospective solicitation anticipated to be a firm-fixed priced Indefinite Delivery, Indefinite Quantity (IDIQ) contract with multiple awards. Interested vendors must submit their capabilities, size status, and relevant certifications by September 23, 2024, to Brian Peck at bpeck@blm.gov.