J--In-Frame ENGINE REBUILD
ID: 140L3725Q0020Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL INTERAGENCY FIRE CENTERBOISE, ID, 83705, 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 Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) is soliciting proposals for an in-frame rebuild of a 2014 International DT466 7.6L MaxxForce fire truck engine. The project requires the installation of a new OEM EGR cooler and conversion to an open crankcase breather, with all necessary labor, parts, and materials to be provided by the contractor. This procurement is vital for maintaining the operational readiness of fire management resources, ensuring the reliability and safety of essential firefighting equipment. Interested vendors must submit their proposals by February 24, 2025, and direct any questions to Mindi Paulson at mpaulson@blm.gov by February 28, 2025. The contract is categorized as a Firm Fixed Price and is expected to be completed between March 12, 2025, and June 10, 2025.

    Point(s) of Contact
    Paulson, Mindi
    (208) 387-5717
    (208) 387-5574
    mpaulson@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) is soliciting proposals for an in-frame rebuild of a 2014 International DT466 7.6L MaxxForce fire truck engine sourced from the National Interagency Fire Center. The primary objective includes the installation of a new OEM EGR cooler and conversion to an open crankcase breather. Vendors must provide all necessary labor, parts, and materials, with the vehicle located in Boise, ID, and certain transportation conditions applied for deliveries exceeding 150 miles. A minimum one-year warranty on parts and workmanship is required, covering all associated repairs. The project is expected to be completed within 90 days of contract award, with liability for the vehicle resting with the contractor during this period. Submission proposals should include a priced quote, warranty details, and past performance references, addressing specific evaluation criteria. The government will award the contract to the vendor that meets submission requirements and demonstrates technical capability, warranty provisions, past performance, and adherence to the delivery timeline. This RFP reflects the government's intention to maintain and enhance its fire management resources through efficient repair and maintenance of vital equipment.
    This document serves as Amendment #1 to solicitation number 140L3725Q0020 issued by the Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) for a project requiring an in-frame rebuild of a 2014 International DT466 7.6L MaxxForce fire truck engine. The amendment addresses an oversight in the initial solicitation where the Statement of Work (SOW) was omitted. The rebuild is expected to include the installation of a new OEM EGR cooler and modification for an open crankcase breather. Offers must be submitted before the designated deadline and acknowledgment of receipt of this amendment is crucial to avoid rejection. The project runs from March 12, 2025, to June 10, 2025, and is categorized as a Firm Fixed Price contract. Prospective contractors must be registered in the System for Award Management (SAM) and submit any questions regarding the solicitation through email by February 28, 2025. Ensuring compliance with submission requirements is critical, as incomplete submissions may be disqualified from consideration.
    The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) is seeking proposals for an in-frame rebuild of a 2014 International DT466 7.6L MaxxForce fire truck engine. This project includes the installation of a new OEM EGR cooler and an open crankcase breather conversion, under a Firm Fixed Price contract. Interested offerors must register in the System for Award Management (SAM), and must submit their proposals by a deadline of February 24, 2025. Questions can be directed to the contracting officer, Mindi Paulson, until February 28, 2025. The performance period for this contract spans from March 12, 2025, to June 10, 2025. The procurement is subject to various federal regulations and clauses, ensuring compliance with safety, labor standards, and federal procurement laws. This solicitation emphasizes the importance of revealing any covered telecommunications equipment or services proposed in the contract, reflecting broader security and compliance considerations within government contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    28--COSO BLM requires replacement of a transfer case a
    Buyer not available
    The Bureau of Land Management, under the Department of the Interior, is soliciting proposals for the replacement of a transfer case and cooler on a 7300 SFA 4X4 vehicle due to damage in the existing components. Bidders must possess a certified International (Navistar) facility accreditation and are evaluated based on total pricing, which includes labor, transportation, and parts, alongside warranty provisions—now set at 12 months for the transfer case and its components following an amendment. This procurement is crucial for maintaining the operational readiness of government vehicles, with a performance period scheduled from February 28 to March 31, 2025. Interested vendors should contact Anthony Morales at amorales@blm.gov or call 303-239-3630, and must submit their proposals by February 26, 2025.
    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.
    BDO-BFO BLM FY25 UTV PURCHASE W/TRADE-IN
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals from small businesses for the purchase of a Yamaha Viking Utility Terrain Vehicle (UTV) as part of solicitation number 140L2625Q0012, which includes trade-ins of two older vehicles. The procurement specifies detailed requirements for the new UTV, including seating capacity, engine specifications, and performance characteristics, emphasizing compliance with federal regulations and standards. This acquisition is crucial for supporting the BLM's operational needs in managing public lands effectively. Interested vendors must submit their proposals by February 26, 2025, and ensure they are registered in the System for Award Management (SAM); for further inquiries, they can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911.
    H--ANNUAL FIRE EXTINGUISHER RECERTIFICATION
    Buyer not available
    The Bureau of Land Management (BLM) in Nevada is soliciting proposals for the annual recertification of fire extinguishers across multiple facilities, including the Las Vegas Interagency Communication Center and the Red Rock Fire Station. The contract, identified as 140L3925Q0014, encompasses inspection, servicing, hydro-testing, and replacement of fire extinguishers, with a performance period commencing on March 1, 2025, and options for four additional one-year extensions. This initiative is crucial for maintaining safety compliance in public facilities, ensuring adherence to federal regulations and standards. Interested contractors must submit their proposals by February 26, 2025, and can direct inquiries to Carey Grund at cgrund@blm.gov or by phone at 775-861-6481.
    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.
    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.
    Z--NIFC 210 RMP Insulation Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is preparing to issue a solicitation for the replacement of insulation at the National Interagency Fire Center (NIFC) in Boise, Idaho. The project involves replacing exposed polyisocyanurate rigid board insulation with compliant materials at the NIFC 210-Ramp Services, ensuring adherence to building codes and the Buy American Act. This construction work is significant for maintaining the facility's operational integrity and is expected to commence in Summer 2025, with a contract value estimated between $100,000 and $250,000. Interested contractors should monitor www.sam.gov for the solicitation release around February 2025 and are encouraged to attend a site visit to fully understand the project requirements; for inquiries, contact Matthew Steele at masteele@blm.gov or 208-387-5130.
    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.
    VIPR I-BPA for Mechanic with Service Truck for East Zone (Regions 1, 2, and 4)
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking qualified vendors for a Mechanic with Service Truck under the VIPR I-BPA for the East Zone, covering Regions 1, 2, and 4. This procurement is aimed at providing essential mechanical services during local, regional, and nationwide fire suppression and all-hazard incidents, as outlined in the re-opened solicitation originally numbered 1202SB23Q7017. The opportunity is particularly significant as it operates under a Total Small Business Set-Aside, allowing small businesses to compete for contracts that are critical for maintaining operational readiness in emergency situations. Interested vendors must submit their responses by March 3, 2025, at 17:00 MST, and can access the solicitation details through the VIPR Vendor application. For further inquiries, vendors may contact Melissa Maestas at melissa.maestas@usda.gov or call 970-508-0603.
    F--BLM LICK SKILLET HAND THINNING
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Lick Skillet Hand Thinning project in Canon City, Colorado, under solicitation number 140L3725Q0018. The project aims to thin dense stands of conifer trees to enhance fire resilience, improve wildlife habitat, and promote healthier tree growth across a 35-acre area, with work scheduled to commence by March 17, 2025, and conclude by December 15, 2025. This initiative is part of BLM's commitment to sustainable land management practices, emphasizing safety, environmental protections, and high-quality standards throughout the contract. Interested contractors must submit their quotes to Contracting Specialist Daniel Rosales via email by March 7, 2025, and are encouraged to monitor updates on SAM.gov for any changes to the project requirements.