J--MN FWS ARD FSHRS Fish Distribution Truck Repair BP
ID: 140FS225Q0031Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

General Automotive Repair (811111)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- VEHICULAR EQUIPMENT COMPONENTS (J025)
Timeline
  1. 1
    Posted Jan 6, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 8, 2025, 12:00 AM UTC
  3. 3
    Due Feb 26, 2025, 7:00 PM UTC
Description

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 renee_babineau@fws.gov or by phone at 404-679-7349.

Point(s) of Contact
Files
Title
Posted
Jan 8, 2025, 4:04 PM UTC
The United States Department of the Interior's Fish and Wildlife Service is seeking to establish a Blanket Purchase Agreement (BPA) for the repair of distribution trucks used to transport fish for restoration efforts in the Great Lakes. The BPA will cover three National Fish Hatcheries in Michigan and Wisconsin over five years, with a total not-to-exceed amount of $250,000. Vendors must evaluate and provide firm price quotes for necessary repairs for a fleet of eight trucks. Key deliverables include diagnostics, repair services, and communication of repair needs to hatchery staff. Payment for services under $2,500 can be made via government purchase card, while larger orders will require formal contracting processes. Minimum vendor requirements include diesel mechanic certification, use of manufacturer-recommended parts, compliance with waste disposal regulations, and adherence to safety standards on Fish and Wildlife Service property. Evaluation criteria encompass past experience, certification, and pricing. The contact points for the project are listed for further inquiries, ensuring vendors can seek clarification or details necessary for their proposals. This initiative underscores the commitment to maintaining essential transportation resources for wildlife conservation efforts in the region.
Jan 8, 2025, 4:04 PM UTC
Jan 8, 2025, 4:04 PM UTC
The document outlines Wage Determination No. 2015-4871 issued by the U.S. Department of Labor under the Service Contract Act, specifically addressing contract worker compensation in Michigan. It mandates that contractors must provide minimum wage levels, depending on when contracts are entered into or extended, with a focus on rates adjusted according to Executive Orders 14026 and 13658. Workers are entitled to varying hourly rates for multiple occupations ranging from administrative roles to automotive service jobs, with additional information on fringe benefits like health and welfare stipends, vacation, and paid holidays. The document also explains employer responsibilities regarding paid sick leave under Executive Order 13706. Furthermore, compliance procedures for unlisted occupations and conformance requests are detailed, emphasizing the necessity to equate unlisted classifications with established wage rates. Overall, this wage determination is crucial for ensuring that governmental contracts uphold fair labor standards while outlining specific occupational requirements and benefits for workers engaged in federally contracted services.
Jan 8, 2025, 4:04 PM UTC
The document is a Wage Determination issued by the U.S. Department of Labor, detailing minimum wage rates and working conditions under the Service Contract Act for various occupations in Michigan, specifically for federally funded contracts. It delineates wage requirements based on the applicable Executive Orders, mandating a minimum of $17.20 per hour for contracts effective from January 30, 2022, and $12.90 for those awarded between January 1, 2015, and January 29, 2022. An extensive table outlines specific wage rates for numerous job classifications, including clerical, automotive, maintenance, food service, health occupations, and more, also emphasizing fringe benefit requirements like health and welfare provisions. Additionally, it includes regulations about sick leave, vacation time, holiday pay, and uniform allowances that contractors must provide to employees. The document functions as a guide for federal contractors to comply with wage standards and employee protections, stabilizing labor conditions within federal contracts and ensuring workers in designated areas are compensated fairly while adhering to legal obligations. This Wage Determination is crucial in aligning federal contracting practices with labor standards, promoting a fair work environment.
Jan 8, 2025, 4:04 PM UTC
The document outlines Wage Determination No. 2015-4931 issued by the U.S. Department of Labor under the Service Contract Act, detailing wage rates and benefits for contracts affecting workers in specific Wisconsin counties. Effective January 30, 2022, contracts must pay no less than $17.20 per hour, or higher rates specified, aligning with Executive Orders 14026 and 13658. The determination lists various occupations along with corresponding wage rates and fringe benefits. Additionally, it specifies requirements for paid sick leave, vacation, and holidays, detailing premium pay for specific work conditions, such as night shifts and hazardous duties. This wage determination is crucial for federal, state, and local RFPs and grants, ensuring compliance with labor standards for contractors. Overall, the document functions as a guideline for ensuring fair compensation and benefits for employees working under government contracts, reinforcing worker protections in accordance with federal mandates.
Jan 8, 2025, 4:04 PM UTC
This document is an amendment to solicitation number 140FS225Q0031, concerning the establishment of a large truck maintenance Blanket Purchase Agreement (BPA) for a period of five years, not to exceed $250,000. The amendment specifies a modification of contract conditions, including the requirement for contractors to acknowledge receipt of the amendment and details about the submission of offers. Key changes include an attachment listing current trucks' VINs and mileage that may change, as well as firm fixed price details for all BPA calls. The actual performance period specified for services is from April 1, 2025, to March 30, 2030. Interested offers should submit quotes via email to the designated Contract Specialist and disclose any anticipated subcontractors for eligibility. The document concludes with contact information for technical points of contact for inquiries related to the RFQ. This amendment ultimately aims to enhance the maintenance services for large distribution trucks used by the U.S. Fish and Wildlife Service's Region 3 facilities, ensuring compliance with procurement procedures and timely service delivery.
Jan 8, 2025, 4:04 PM UTC
The document is an amendment to solicitation number 140FS225Q0031 regarding a Blanket Purchase Agreement (BPA) for large truck maintenance services in Region 3. The amendment updates the submission deadline to February 26, 2025, at 2:00 PM EST, with a period of performance from April 1, 2025, to March 30, 2030. The total value of the BPA is capped at $250,000, covering repair and maintenance for trucks at Pendills Creek National Fish Hatchery, Jordan River National Fish Hatchery, and Iron River National Fish Hatchery. Contractors must acknowledge receipt of the amendment and submit offers via email by the specified deadline. Any proposed changes to previously submitted offers must also reference the solicitation and amendment numbers. Compliance with all terms and conditions of the original solicitation remains in effect, ensuring that the process adheres to federal requirements. The document emphasizes the importance of timely communication and submission of quotes, including the necessity to disclose any subcontractors involved. This amendment reflects the federal government's ongoing efforts in maintaining operational capabilities for fisheries by ensuring proper vehicle maintenance and support.
Jan 8, 2025, 4:04 PM UTC
The document outlines a Request for Quotation (RFQ) for establishing a Blanket Purchase Agreement (BPA) related to large truck maintenance services for the Midwest Region 3 of the U.S. Fish and Wildlife Service. This BPA, effective from April 1, 2025, through March 30, 2030, has a not-to-exceed value of $250,000 and includes three fish hatcheries located in Michigan and Wisconsin. The contractor will provide diagnostic and repair services for a fleet of distribution trucks, and must communicate necessary repairs, timelines, and costs to hatchery staff prior to work commencement. Offerors are required to demonstrate a minimum of 3-5 years of relevant past experience, present shop hourly rates, and include certifications for their mechanics. All submitted offers must comply with specified terms and conditions, including utilizing the electronic invoicing system. The contracting officer retains the right to reject or evaluate offers based on price and technical factors while ensuring adherence to federal acquisition regulations. This RFQ emphasizes the importance of utilizing small businesses and maintaining compliance with various legal and operational standards throughout the contracting process, reflecting the government’s focus on accountability, sustainability, and fair market practices.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Region 4 Heavy Equipment Maintenance and Repair BP
Buyer not available
The U.S. Fish and Wildlife Service (FWS) 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 Tennessee, as well as U.S. territories like Puerto Rico and the U.S. Virgin Islands. The procurement aims to secure comprehensive repair and maintenance services for various heavy equipment, including trucks and cranes, with specific tasks encompassing diagnostics, fluid services, and parts replacement. This BPA is crucial for ensuring the operational readiness of essential equipment used in wildlife management and conservation efforts, with a total ceiling of $12 million for all awards and individual call limits set at $7.5 million. Interested vendors must submit their proposals, including a signed form 1449 and confirmation of certified mechanics, by the specified deadlines, and can contact Sarah DeLawder at Sarahdelawder@fws.gov or (304) 876-7429 for further information.
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 (FWS), is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment repair and maintenance services across Region 6, which includes states such as Montana, Wyoming, and Colorado. The BPA will cover a wide range of services, including diagnostics, repairs, and parts replacement for heavy equipment, with a total ceiling amount of $12 million over a ten-year period, and a commitment to allocate 20% of awards to small businesses. This procurement is crucial for maintaining the operational efficiency of the FWS's equipment, ensuring that essential repairs and maintenance are conducted in a timely manner. Interested vendors must submit their proposals by May 16, 2025, and can contact Robert Sung at robertsung@fws.gov or 503-872-2825 for further information.
J--ID-MINIDOKA NWR-REPLACING BOAT ENGINE
Buyer not available
The U.S. Department of the Interior, specifically the Fish and Wildlife Service, is seeking quotations for the repair and overhaul of a 2001 JetCraft boat at the Minidoka National Wildlife Refuge in Rupert, Idaho. The project involves replacing the boat's engine with a modern KEM 6.2L V8, overhauling the decking, upgrading electrical systems, and inspecting critical components to ensure operational reliability and safety. This refurbishment is crucial for maintaining the vessel's effectiveness in supporting wildlife conservation efforts. Interested vendors must submit their quotes by April 30, 2025, with the anticipated completion date for the work set for March 31, 2025. For further inquiries, potential bidders can contact Tanner Frank at tannerfrank@fws.gov.
WA-MCNARY MAINT SHOP-UTV TRAILER SPRAYER
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting quotes for the procurement of a utility vehicle (UTV), trailer, and sprayer to support biological management activities in Central Washington. The procurement specifically requires a Kubota RTV-X1100CWL-A or an equivalent UTV with features such as a 23hp diesel engine, hydraulic dump bed, and off-road capabilities, along with a bumper-pull trailer and a 100-gallon UTV-mounted sprayer for herbicide applications. This equipment is crucial for enhancing the efficiency of wildlife management operations. Interested small businesses must submit their quotes by May 1, 2025, and can direct inquiries to Kathryn Coltran at kathryncoltran@fws.gov.
APPRAISAL for WBG_149thAveNE Property
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for a firm-fixed price contract for appraisal services related to the WBG149thAveNE Property, as outlined in solicitation number 140F1S25Q0037. The procurement is specifically aimed at small businesses under NAICS code 531320, requiring bidders to demonstrate technical and geographic competency, as well as provide evidence of state certification and relevant experience in real estate appraisals. This opportunity underscores the FWS's commitment to responsible stewardship and fiscal responsibility in managing public resources, with a performance period set from May 7, 2025, to October 16, 2025. Interested offerors must submit their bids electronically by April 30, 2025, and direct any technical questions to Solmaz Salih at solmazsalih@fws.gov by April 28, 2025.
J--US Air Force Research Laboratory Vehicular Mainten
Buyer not available
The Department of the Interior, through the Acquisition Services Directorate, is seeking contractors to provide mobile mechanic services for the maintenance and repair of low-speed vehicles at Eglin Air Force Base, Florida. The contract will cover a six-month base period from June 1, 2025, to November 30, 2025, with the possibility of four one-year extensions, and will be awarded as a Time & Materials contract. This procurement is crucial for ensuring the operational readiness of essential vehicles, such as mowers and forklifts, used at the military installation. Interested contractors must submit their quotes by April 25, 2025, and comply with all requirements outlined in the solicitation, including registration in the System for Award Management. The total contract value is estimated at $12.5 million, and inquiries can be directed to Lydia Schickler at lydiaschickler@ibc.doi.gov or by phone at 703-964-4872.
CGB-150 Ford Transit Vans Retrofitting
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking quotations for the retrofitting of two Ford Transit Vans to enhance their functionality for environmental compliance tasks. The project aims to provide secure shelving and storage compartments to effectively manage cargo and equipment, ensuring safety and operational efficiency during field sampling and transport activities. This procurement is a 100% small business set-aside, with a focus on durable cargo management solutions, chemical-resistant work surfaces, and temperature control insulation. Interested contractors must submit their quotes by May 7, 2025, and can contact Rashayla Brown at rbrown@usbr.gov or 916-978-5291 for further information.
5 Oil Blanket Purchase Agreement for Hoover Dam
Buyer not available
The Department of the Interior, through the Bureau of Reclamation's Lower Colorado Regional Office, is seeking quotations for a Blanket Purchase Agreement (BPA) to supply various petroleum lubricant oils for the Hoover Dam. The procurement includes five specific products essential for the operation of hydropower equipment: Phillips 66 Turbine Oil 68, Shell Tellus S2 M100, Shell Diala S2 ZX-A, Shell Omala S1 W 460, and Castrol Optigear 1100/220. This BPA is crucial for maintaining operational efficiency at the Hoover Dam, with a performance period anticipated to begin in May 2025 and lasting five years, where no individual BPA call will exceed $250,000. Interested vendors must submit their electronic quotes by May 8, 2025, and direct any inquiries to Kristen Turner at khturner@usbr.gov by April 25, 2025.
Steel Utility Truck Bed Purchase & Install
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the purchase and installation of a steel utility truck bed for a 2024 Chevy Silverado 5500HD. The procurement aims to enhance operational capabilities by providing a durable and functional truck bed that meets specific technical requirements, including safety features and structural integrity. This initiative is crucial for supporting the Forest Service's operational needs, ensuring compliance with federal regulations, and maintaining efficient service delivery. Interested contractors must submit their proposals by April 30, 2025, and can direct inquiries to Megan Allaire at megan.allaire@usda.gov or Tracy Doud at Tracy.Doud@usda.gov.
Steel Utility Truck Bed Purchase & Install
Buyer not available
The Department of Agriculture, specifically the Forest Service at the Mingo Job Corps Center, is seeking proposals for the purchase and installation of a steel utility truck bed for a 2024 Chevy Silverado 5500HD. The procurement aims to enhance the operational capabilities of the Job Corps facility, ensuring that the vehicle meets specific technical and safety standards as outlined in the Request for Proposal (RFP). This initiative is part of the government's broader efforts to modernize its fleet and improve service delivery. Interested vendors must submit their proposals by April 30, 2025, at 1700 ET, and can direct inquiries to Megan Allaire at megan.allaire@usda.gov or Tracy Doud at Tracy.Doud@usda.gov.