Auto Parts Blanket Purchase Agreement
ID: 89503226QWA000690Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFWESTERN-ROCKY MOUNTAIN REGIONLOVELAND, CO, 80538, USA

NAICS

Heavy Duty Truck Manufacturing (336120)

PSC

MISCELLANEOUS ENGINE ACCESSORIES, NONAIRCRAFT (2990)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Energy, specifically the Western Area Power Administration (WAPA) in the Rocky Mountain Region, is seeking to establish a Blanket Purchase Agreement (BPA) for the supply of automotive parts. This procurement is set aside for small businesses and aims to fulfill the needs of WAPA's operations in Loveland, Colorado, with a focus on items categorized under Heavy Duty Truck Manufacturing and miscellaneous engine accessories. The selected vendor will be responsible for providing pricing for each item listed in the attached documentation, which is critical for determining the overall procurement strategy. Interested parties should direct their inquiries to Cody Martin at ctmartin@wapa.gov or by phone at 701-221-4515 for further details.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Blanket Purchase Agreement (BPA) for Cummins Power Parts
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking proposals for a Blanket Purchase Agreement (BPA) specifically for Cummins Power Parts, with a focus on brand-name items only. This procurement is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 333618, which pertains to Other Engine Equipment Manufacturing. The goods are essential for maintaining operational readiness and efficiency within military operations. Interested vendors should direct their inquiries to Melvina McNeill at melvina.l.mcneill.civ@mail.mil or by phone at 703-545-9495, with the exact address for performance to be provided upon award.
    WAPA DSW/SNR Facilities Construction MATOC
    Buyer not available
    The Department of Energy's Western Area Power Administration (WAPA) is seeking information from small businesses regarding their capabilities to provide construction services under a Facilities Construction Multiple Award Task Order Contract (MATOC) for the Desert Southwest and Sierra Nevada Regions. The objective of this procurement is to gather market research data to inform WAPA's acquisition strategy for general facilities construction, renovation, repair, alteration, demolition, and remediation services across various locations in Arizona, California, and Nevada. The anticipated scope of work includes a wide range of construction trades and services, with a total estimated project value of $9 million over a five-year period. Interested small business contractors are encouraged to submit their capability statements to Jermaine Villareal at villareal@wapa.gov by the specified deadline, ensuring to include relevant company information and past project experience.
    7A--ITRON Software Maintenance Renewal
    Buyer not available
    The Department of Energy's Western Area Power Administration (WAPA) is seeking to procure the annual maintenance renewal for ITRON applications and support on a sole source basis. The procurement aims to ensure continued operational support for critical software applications, with a specified period of performance from January 1, 2026, to December 31, 2026. This maintenance is vital for the ongoing functionality and reliability of the software used in power administration operations. Interested parties may submit a capability statement to Amber Myers, Contract Specialist, at amyers@wapa.gov, within five calendar days of the notice publication, as this is not a request for competitive quotes.
    Blanket Purchase Agreement (BPA)-Bulk Petroleum Products- USACE St. Louis District
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) St. Louis District is seeking businesses interested in entering into a Blanket Purchase Agreement (BPA) for Bulk Petroleum Products and related services. The procurement aims to fulfill the district's needs for approximately 200-240,000 gallons of D2 Bio-diesel, along with 100-150 barrels of engine/hydraulic oils, with an anticipated frequency of 2-4 orders per year. These petroleum products are essential for various operational requirements within the district, ensuring the availability of necessary fuels and lubricants for military and civil works projects. Interested parties should contact Michelle Person at michelle.r.person@usace.army.mil or call 314-331-8506 for further details and to express their interest in this opportunity.
    REPAIR I621077 MEO1 40057134
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management's Wyoming State Office, is seeking qualified contractors for the repair of a Wind River/Bighorn Basin BLM Devils Canyon Crew Carrier vehicle (VIN: 1HTMKSTLXHH442721) under solicitation number 140L6226Q0002. The primary objective is to perform a cylinder head replacement and associated repairs to restore the vehicle to operational status, following an annual inspection by a certified International dealership. This contract is crucial for maintaining readiness for fire incidents and ensuring compliance with high workmanship standards. Interested parties must have an active registration on SAM.gov, comply with Section 889 clauses, and submit their quotes by the specified deadline, with the period of performance set from February 1, 2026, to March 31, 2026. For inquiries, contact Contracting Officer Crystal Martinez at crystalm@blm.gov or call 307-775-6336.
    Master Blanket Purchase Agreement (BPA) for Vehicle Rental in Country of Honduras
    Buyer not available
    The Department of Defense, through the 410th Contracting Support Brigade, is seeking qualified contractors to establish a Master Blanket Purchase Agreement (BPA) for the rental of commercial vehicles in Honduras. This procurement involves providing non-tactical vehicles, with or without drivers, along with all necessary personnel, equipment, and services to support Joint Task Force-Bravo at Soto Cano Air Base. The BPA will be a firm-fixed-price contract for a duration of five years, with a maximum ceiling value of $5,000,000, and requires compliance with both U.S. and Honduran regulations, including specific vehicle and driver qualifications. Interested parties should contact SSG Yanto Doko Sansima at yanto.d.dokosansima.mil@army.mil or Yesica M. Valladares at yesica.m.valladares.ln@mail.mil for further details and to ensure eligibility, as registration with the System for Award Management (SAM) is mandatory.
    General Freight and Trucking
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for general freight and trucking services. This procurement aims to streamline the acquisition of transportation services necessary for supporting various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The BPA will facilitate efficient procurement processes, allowing for multiple awards to qualified vendors, with individual call orders not exceeding $250,000 and a total master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statement and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    081107 WCF Replacement Utility Vehicle EN:1500
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for a 4x4 Utility Vehicle (UTV) to replace its current vehicle at the Pisgah Ranger District in North Carolina. The UTV must meet stringent specifications, including a minimum 999 cc gasoline engine, automatic transmission, seating for at least four passengers with a certified Roll Over Protection Structure (ROPS), and various performance capabilities such as a towing capacity of 1500 lbs. and a payload capacity of 1100 lbs. This procurement is critical for supporting the Forest Service's operational needs in managing the national forest, and it is set aside for small businesses under NAICS code 336999. Proposals are due by December 8, 2025, at 5:00 pm ET, and interested vendors should contact Brad Carlson at brad.a.carlson@usda.gov for further details.
    REPAIR I621076 EGR COOLER MEO1 40057133
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified contractors to provide vehicle repair services for an International I-621076, specifically to replace the EGR Cooler, EGR Valve, and Exhaust Manifold, ensuring the vehicle is restored to operational readiness. The contract requires compliance with various federal regulations, including active registration in SAM.gov, adherence to Section 889 clauses, and the submission of invoices via ipp.gov, with technical acceptability contingent upon meeting the scope of work and having at least one certified Freightliner Mechanic on staff. This procurement is critical for maintaining the operational capabilities of the BLM's fleet, particularly for fire incident response. Interested parties must submit their quotes by the specified deadline to the primary contact, Crystal Martinez, at crystalm@blm.gov, with the performance period set from February 1, 2026, to March 31, 2026.
    MMO: HARDWARE FOR GTF-CON NEEDED BY SPRING 2026
    Buyer not available
    The Department of Energy is seeking proposals from small businesses for the procurement of hardware necessary for the GTF-CON project, with a delivery deadline set for Spring 2026. This solicitation is part of a Total Small Business Set-Aside initiative, aimed at enhancing the capabilities of the Western Upper Great Plains Region. The goods required fall under the NAICS code 335999, which pertains to miscellaneous electrical equipment and component manufacturing, highlighting their significance in supporting energy-related projects. Interested vendors can reach out to Jeremy John Schafer at Schafer@wapa.gov or by phone at 605-353-2581 for further details regarding the solicitation process.