49--2024 Nissan Frontier Pickup
ID: 140G0125Q0066Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, USA

NAICS

Automotive Body, Paint, and Interior Repair and Maintenance (811121)

PSC

MOTOR VEHICLE MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4910)
Timeline
    Description

    The U.S. Geological Survey (USGS) is seeking quotations for vehicle repair services for a damaged 2024 Nissan Frontier pickup truck. The procurement requires vendors to provide a firm-fixed-price quotation, demonstrating their technical qualifications and ability to comply with specified requirements, including extensive front-end damage assessment and repair. This opportunity is particularly significant as it emphasizes the engagement of small businesses and adherence to labor standards, including wage determinations under the Service Contract Act. Interested vendors must submit their proposals in PDF format by March 5, 2025, and can contact Brian Baker at bfbaker@usgs.gov for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) issued by the U.S. Geological Survey (USGS) for the autobody repair of a damaged 2024 Nissan Frontier pickup truck, with a firm-fixed-price and technical proposal submission deadline set for March 5, 2025. This RFQ is specifically designated for small businesses, with only quotations from such entities being considered. Vendors must demonstrate their ability to comply with all specified requirements and provide technical qualifications, including references and identification numbers. The contract stipulates assessment and repair of extensive front-end damage, encompassing multiple vehicle parts and requiring an initial and final inspection. Furthermore, it incorporates compliance with U.S. Department of Labor wage determinations and mandates that all submissions must be formatted as PDFs. The selection criteria will follow a lowest price technically acceptable (LPTA) process, ensuring that pricing and technical submissions are comprehensively evaluated. Moreover, the document stresses regulations regarding data security, including prohibitions against using certain applications, and outlines invoicing procedures to be conducted through the Department of the Treasury’s Internet Payment Platform. This RFQ reflects the USGS's commitment to engaging small businesses while adhering to legal standards and regulations throughout the contracting process.
    The document appears to relate to a federal Request for Proposals (RFP) identified as Attachment B – 140G0125Q0066. While specific content from pages 18 and 19 is not provided, it is likely to include visual elements, such as pictures, that support the proposals or grant applications associated with the RFP. These elements typically serve to illustrate project requirements, showcase previous work, or provide context for the proposed services or products. The focus of such documents is usually on soliciting proposals for government contracts that meet established criteria aligned with federal, state, or local needs. The structure typically emphasizes clear and organized presentation of key elements crucial to proposals, such as objectives, outcomes, and compliance with regulations. Overall, the goal of the document is to facilitate the government’s procurement process by ensuring potential bidders provide comprehensive and competitive proposals that meet specified requirements, thereby enhancing efficiency and effectiveness in public service delivery.
    The document outlines wage determinations under the Service Contract Act, as mandated by the U.S. Department of Labor. It specifies minimum wage rates that contractors must adhere to based on the Executive Orders 14026 and 13658, with varying rates depending on when the contract is awarded or extended. In Michigan, it lists various job classifications and their corresponding hourly wage rates, including administrative support, automotive service, and health occupations, among others. The determination also notes applicable fringe benefits and requirements for paid sick leave as per Executive Order 13706. Specific differential pay rates and considerations for uniform allowances are addressed, emphasizing that contractors must provide proper compensation for all employees, including those in exempt categories. The document functions as a guideline for contractors bidding on federal contracts, ensuring compliance with labor laws and helping to maintain equitable pay standards for workers across different occupations.
    The US Geological Survey (USGS) has issued a Request for Quotation (RFQ) number 140G0125Q0066, seeking discounted firm-fixed price quotations from small businesses for the autobody repair of a 2024 Nissan Frontier SV King Cab 4-wheel drive pickup truck. This RFQ is designed in accordance with federal guidelines and is aimed at vendors registered in the System for Award Management. The RFQ details the Functional and Technical Requirements necessary for the submission, along with relevant instructions and clauses. Interested vendors must submit their questions by February 28, 2025, and their quotation packages by March 5, 2025, both via email to the Contracting Officer, Brian Baker. This solicitation emphasizes the importance of small business participation in federal procurement processes while ensuring compliance with set standards and requirements.
    The document is a Request for Quotations (RFQ) issued by the USGS National Acquisition Branch for vehicle repair services for a 2024 Nissan model. It outlines the procedure for vendors to submit quotations by a specified deadline and includes details such as the issuing office's address, delivery requirements, and a clear notice that the request does not obligate the government to pay for the submission costs or to contract for services. The document requests quotations on a quantity of one unit with firm-fixed pricing and mentions applicable clauses in attached documents for instructions and specifications. Additionally, it notes that this RFQ is not a small business set-aside and includes a section for discount terms for prompt payment. The overall purpose of the RFQ is to solicit competitive pricing from potential vendors for the mentioned vehicle repair service, facilitating government procurement processes while ensuring transparency and adherence to relevant regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    UWC NF Crew Carrier EN #8058 Engine Repair_Combined Synopsis_RFQ
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking quotations for engine repair services for a 2017 International Crew Transporter (EN 8058) due to an oil leak. The procurement is aimed at small businesses, requiring comprehensive pricing for various repairs, including oil leak fixes, cover replacements, and gasket installations, with a completion deadline set for April 16, 2025, following an anticipated award date of March 10, 2025. This opportunity underscores the importance of maintaining operational vehicles within the Forest Service, ensuring they remain functional and efficient for their critical missions. Interested vendors must submit their quotes by March 4, 2025, and are encouraged to contact Whit Fausett at arlen.fausett@usda.gov for further inquiries.
    Z--REPAIR WEST PARKING LOT - UMESC
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to repair the West Visitors Parking Lot at the Upper Midwest Environmental Sciences Center (UMESC) in La Crosse, Wisconsin. The project involves filling cracks, seal coating, and re-striping an area of approximately 37,000 square feet, addressing significant pavement deterioration while ensuring compliance with federal, state, and local regulations. This initiative is crucial for maintaining infrastructure that supports ongoing research activities at the facility. The contract is set aside for small businesses, with a budget between $25,000 and $100,000, and proposals are due by March 7, 2025, with work expected to commence within ten days of the notice to proceed and completed within 60 days thereafter. Interested parties can contact Travis Herberholz at therberholz@usgs.gov for further details.
    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.
    CA-LODI FWO-CLARK FORKLIFT ASSESSMENT
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting quotes for the assessment and repair of a Clark Model GPS25MB Forklift located at the Lodi Fish and Wildlife Office. Contractors are required to provide all necessary labor, materials, and supervision to complete the repair, ensuring compliance with manufacturer guidelines, and will also be responsible for transporting the forklift to their repair facility. This procurement is crucial for maintaining essential equipment used in wildlife management operations, reflecting the government's commitment to sustainable procurement practices. Interested small businesses must register in SAM and adhere to specific government regulations, with the performance period set from March 6, 2025, to May 6, 2025; for further inquiries, contact Roger Lockhart at rogerlockhart@fws.gov or call 404-679-7124.
    Boat Engine, Cable, Install IAW Salients and SOW
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals for the procurement and installation of a 150 Hp jet drive outboard engine and a steering cable for an existing work vessel used in servicing gaging stations. The project requires the contractor to deliver a specific engine that meets detailed specifications, including a 2.7 L in-line 4-stroke design, a minimum output of 105 Hp at the pump, and compatibility with a user-supplied jet drive pump, along with the installation of the engine and removal of existing components. This procurement is crucial for enhancing the USGS's capabilities in water sampling, data collection, and monitoring station construction, thereby supporting environmental data collection efforts. Interested small businesses, including service-disabled veteran-owned and women-owned enterprises, must submit their proposals within 180 days of contract award, and inquiries can be directed to Cynthia Nicanor at cnicanor@usgs.gov or by phone at 703-648-XXXX.
    GPSC5 Sources Sought
    Buyer not available
    The U.S. Geological Survey (USGS) is conducting a Sources Sought Notice to identify small businesses and Indian Small Business Economic Enterprises (ISBEEs) capable of providing professional mapping services under specific NAICS codes. The required services include remotely sensed data acquisition and the processing of high-resolution topographic and geophysical data, all to be performed under the supervision of qualified professionals. This initiative is crucial for supporting the USGS's science mission and involves managing projects of at least 1,500 square miles in size. Interested firms must submit their capability statements, including relevant performance history and socioeconomic status, by February 28, 2025, to Trisha Beals at tbeals@usgs.gov, ensuring they have a DUNS number and active registration on SAM.gov.
    Installation of Emergency Equipment in GSA NPS Veh
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is seeking a qualified vendor to install emergency equipment in two newly acquired Ford Expeditions for the Southeast Arizona Group. The project involves the installation of mobile radios, radar systems, light bars, sirens, and other law enforcement equipment, enhancing the vehicles' emergency response capabilities. This procurement is crucial for ensuring the safety and readiness of law enforcement operations within national parks, reflecting the government's commitment to modernizing its emergency response resources. Interested vendors must submit their quotes by email by the specified deadline, and inquiries can be directed to Donald Tremble at donaldtremble@nps.gov or by phone at 720-450-1198. The period of performance for the project is set from March 14, 2025, to July 1, 2025, and this opportunity is designated as a Total Small Business Set-Aside under NAICS code 336320.
    PURCHASE AND INSTALL OF A TRANSFER CASE AND RELATED ITEMS IN A 2020 FREIGHTLINER M2 106.
    Buyer not available
    The General Services Administration (GSA) is seeking qualified vendors for the purchase and installation of a transfer case and related items for a 2020 Freightliner M2 106. This procurement, identified under GSA requirement number 47QMMCCFTWG820451W01, is structured as a firm fixed-price contract and emphasizes participation from small businesses, adhering to Simplified Acquisition Procedures as outlined in the Federal Acquisition Regulation (FAR). The successful contractor will be responsible for ensuring compliance with EPA and OSHA standards, providing warranties for all items, and completing the installation within 120 days of order receipt at the Jacksonville, Florida drop-off location. Quotes are due by March 7, 2025, and must include itemized costs for parts and labor, with award selection based on the lowest price technically acceptable evaluation method. Interested vendors should contact Shawn Ryan at shawn.ryan@gsa.gov or Robert Yates at robert.yates@gsa.gov for further details.
    J--Synopsis - R6 Vehicle Repair BPA
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on vehicle maintenance and repair services in Region 6, which includes states such as Montana, Wyoming, and Colorado. The selected vendor will be responsible for diagnosing vehicle issues, obtaining repair approvals, and performing maintenance both in-shop and in the field, covering a wide range of services from fluid changes to electronic diagnostics. This BPA is crucial for ensuring the operational readiness of vehicles used in wildlife management and conservation efforts, with a duration of ten years and spending caps of $2,500 for individual requests. Interested parties can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825 for further details.
    D--SOFTWARE SUPPORT-earthquake monitoring and data pr
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals for a federal contract focused on software support for earthquake monitoring and data product distribution services. This Indefinite Delivery Indefinite Quantity (IDIQ) contract will span five years, from April 1, 2025, to March 31, 2030, and aims to enhance the capabilities of the Advanced National Seismic System (ANSS) through the maintenance and development of various software systems integral to seismic monitoring. Interested small businesses must submit firm, fixed-price quotes by March 10, 2025, with a minimum order of $70,000 and a maximum contract value not to exceed $5 million. For further inquiries, potential bidders can contact Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.