CA-SAN LUIS NWR COMPLX-VEHICLE REPAIR
ID: 140FS125Q0089Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 1Falls Church, VA, 22041, USA

NAICS

Motor Vehicle Body Manufacturing (336211)

PSC

MOTOR VEHICLE MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4910)

Set Aside

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

    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide vehicle repair services for a 2018 F150 patrol vehicle that was involved in an accident. The procurement requires certified technicians to perform repairs using genuine Ford parts or their equivalents, with the work to be completed between May 16, 2025, and July 19, 2025, at the San Luis shop yard in Los Banos, California. This opportunity is crucial for maintaining the operational readiness of government vehicles used in wildlife service activities. Interested contractors must submit their quotations electronically by June 2, 2025, and must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, they can contact Kathryn Coltran at kathryn_coltran@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) for vehicle repair services from the U.S. Fish and Wildlife Service for a 2018 F150 patrol vehicle involved in an accident. The RFQ is specifically a small business set-aside and aims to invite competitive offers for repair, which must be completed between May 16, 2025, and July 19, 2025. The vehicle is located at the San Luis shop yard in Los Banos, California, and all repairs must be carried out by certified technicians using genuine Ford parts or their equivalents. Responses are expected by June 2, 2025, and must be submitted electronically with details including company information and GSA contract number if applicable. All contractors must also be registered in the System for Award Management (SAM) to be eligible for bidding. Standards and clauses from the Federal Acquisition Regulations (FAR) govern this solicitation, ensuring compliance with relevant legal requirements. The RFQ emphasizes the need for high-quality services to restore the vehicle to a fully operational state, adhering to the government's procurement regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NM FWS REFUGES LE VEHICLE UPFIT
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the upfitting of Class A emergency vehicles for the Division of Refuge Law Enforcement Southwest (DRLESW) in New Mexico. The primary objective is to enhance the safety and operational efficiency of Federal Wildlife Officers by equipping vehicles with essential emergency response systems, including lighting, sirens, and specialized control consoles, while adhering to rigorous performance specifications and quality standards. This procurement is critical for maintaining effective law enforcement operations within national wildlife refuges and is set aside for small businesses, with a performance period from June 24, 2025, to October 31, 2025. Interested vendors should contact Jeremy Riva at jeremyriva@fws.gov or call 240-381-7321 for further details and to ensure compliance with the submission requirements outlined in the Request for Quotation (RFQ).
    TX-ARANSAS NWR-JOHN DEERE TRACTOR REPAIR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for the repair of a John Deere 7420 tractor located at the Aransas Matagorda Island National Wildlife Refuge in Austwell, Texas. The procurement is a total small business set-aside, aimed at soliciting bids from authorized John Deere service centers capable of diagnosing and addressing transmission issues with the tractor, which is currently unable to move forward when shifted into the forward gear. This repair is critical for maintaining operational efficiency within the refuge, ensuring that essential services can continue without disruption. Proposals are due by June 20, 2025, with the service completion timeline set from June 30, 2025, to August 29, 2025. Interested parties should contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further details.
    J--R6 - Heavy Equipment BPA setup, repair/maint
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment repair and maintenance services across Region 6, which includes Montana, Wyoming, North Dakota, South Dakota, Kansas, Nebraska, Colorado, and Utah. The procurement encompasses a wide range of services, including diagnostics, repairs, fluid services, and parts replacement for various heavy equipment, with a total ceiling amount of $12 million allocated for the ten-year contract period from July 1, 2025, to June 30, 2035. This initiative is crucial for maintaining operational efficiency within the agency's equipment management efforts, ensuring that essential machinery remains functional and reliable. Interested vendors must submit their proposals, including a signed form 1449 and confirmation of certified mechanics, by the extended deadline of June 30, 2025, and can direct inquiries to Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
    J--Region 4 Heavy Equipment Maintenance and Repair BP
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment maintenance and repair services across Region 4, which includes states such as Alabama, Florida, and Georgia, as well as Puerto Rico and the U.S. Virgin Islands. The procurement encompasses a wide range of services including diagnostics, fluid and filtration services, and repairs for various heavy equipment, with a focus on ensuring compliance with environmental standards and promoting small business participation, as 20% of the awards are reserved for small businesses. This BPA is crucial for maintaining operational efficiency and safety of heavy equipment utilized by the agency, with a total ceiling of $12 million for all awards and individual call limits set at $7.5 million. Interested vendors must acknowledge receipt of amendments and submit their proposals by June 23, 2025, with the BPA period running from August 1, 2025, to July 31, 2035; for further inquiries, contact Sarah DeLawder at Sarahdelawder@fws.gov or (304) 876-7429.
    Upfitting of Four (4) Fire Command Vehicles, Forest Service, CA
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the upfitting of four fire command vehicles located in Sonora, California. The project involves outfitting two Nissan Titans and two Ford F-350s with essential emergency equipment, including light bars, siren packages, and vehicle markings, all in accordance with Forest Service specifications. This procurement is crucial for enhancing the operational capabilities of fire support vehicles, ensuring they meet safety and regulatory standards during emergency response operations. Interested contractors, particularly small businesses within a two-hour driving radius of the Stanislaus National Forest, must submit their quotes by 5:00 PM PT on June 25, 2025, with the work expected to be completed within 90 days from the award date. For further inquiries, contact Catherine Sullivan at catherine.sullivan@usda.gov or call 801-999-2115.
    AMXS Polaris Repair
    Buyer not available
    The Department of Defense, through the 92d Contracting Squadron, is soliciting proposals for the repair of Utility Task Vehicles (UTVs) at Fairchild Air Force Base in Washington. The contractor will be responsible for providing all necessary personnel, equipment, tools, materials, supervision, and quality control to repair vehicle damage and replace parts as specified in the Statement of Work. This procurement is part of a Total Small Business Set-Aside initiative, emphasizing the government's commitment to promoting small business participation in federal contracting. Interested vendors must submit their quotations by June 16, 2025, and are encouraged to contact Valerie Lawrence or Brian M Fernandez for further information regarding the solicitation.
    UPFIT LAW ENFORCEMENT VEHICLE - ANCHORAGE, AK
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide upfitting services for a law enforcement vehicle at the Klondike Gold Rush National Historical Park in Anchorage, Alaska. The procurement involves outfitting a 2025 Chevy 1500 Crew Cab with specialized equipment, including prewiring for communication devices, safety lighting, and secure storage solutions, aimed at enhancing operational efficiency and safety for law enforcement personnel. This initiative underscores the importance of equipping law enforcement vehicles to meet specific operational needs while ensuring compliance with federal regulations. Interested vendors must submit their quotes between June 11, 2025, and July 2, 2025, with a commitment to deliver the outfitted vehicle between July 7 and October 6, 2025. For further inquiries, vendors can contact Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719.
    OR MALHEUR NWR UNIT 7 PIPE PHASE 2
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotes for the procurement of piping materials as part of the Unit 7 Pipe Phase 2 project at the Malheur National Wildlife Refuge. This procurement includes the delivery of water control structures and associated hardware, with specific requirements for culverts and canal gates, and a delivery deadline set for June 1, 2025. The project is critical for enhancing water management and conservation efforts within the refuge, and it is categorized under NAICS code 237110, emphasizing a total small business set-aside. Interested vendors must submit their proposals by June 16, 2025, via email, and ensure they are registered in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted at oscarorozco@fws.gov.
    WY-BLM-FLATBED FUELS SERVICE TRUCK
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals from qualified vendors for the procurement of a CM SK Deluxe flatbed or equivalent for a 2025/2026 Ford F-550, including complete installation services. The procurement aims to enhance operational capabilities by ensuring the vehicle is equipped with specific features such as dual fuel tanks, a 60-inch cab-to-axle measurement, and a backup camera, alongside the installation of C Tech Toolboxes. This initiative underscores the BLM's commitment to maintaining effective operational equipment while supporting small businesses through a Total Small Business Set-Aside program. Interested offerors must submit their proposals by the specified deadline, with the total contract value estimated between $10,000 and $25,000. For inquiries, contact Huong Le at hle@blm.gov, and ensure compliance with all federal acquisition regulations and SAM registration requirements.
    WY-NATIONAL ELK REFUGE-IRRIGATION PRESSURE STATION
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking contractors for the inspection, repair, and maintenance of two Bermad 700 irrigation pressure stations at the National Elk Refuge in Jackson, Wyoming. The project requires complete servicing in accordance with a maintenance manual, including the replacement of valves and diaphragms, and transitioning existing copper tubing to stainless steel, with work scheduled between June 1 and August 30, 2025. This procurement is crucial for maintaining the operational efficiency of the irrigation system, which supports the management of wildlife habitats. Interested small businesses must submit their proposals, including technical details and cost estimates, by the specified deadlines, and can direct inquiries to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.