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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    MN-FWS ARD-FSHRS-BPA SET UP-REPAIR SRVC
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for the repair and maintenance of small watercraft, motors, and trailers, specifically for the Alpena Fish and Wildlife Conservation Office in Gibraltar, Michigan. The procurement aims to cover a range of services including preventative maintenance, metal fabrication, and repairs for Mercury and Suzuki motors, as well as trailer maintenance and towing services. This initiative is crucial for ensuring the operational efficiency of the USFWS's fleet, which supports wildlife conservation efforts. Interested vendors must submit detailed quotations, including pricing lists and relevant certifications, with a total obligation capped at $250,000 over a five-year period. For further inquiries, vendors can contact Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    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.
    V--WI-GREEN BAY FWCO- TRAILER MOVING SERVICES
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting proposals for trailer moving services to facilitate the transportation of fish tagging trailers across multiple states. This contract, designated as a Total Small Business Set-Aside, requires the contractor to safely and efficiently transport five fish trailers from February 27, 2025, to December 31, 2025, ensuring compliance with federal regulations and maintaining communication with FWS staff throughout the process. The initiative is crucial for supporting aquatic resource management and enhancing operational efficiencies at various hatcheries, with a total of 6,854 jobs associated with this relocation effort. Interested vendors must submit their proposals by February 21, 2025, and can direct inquiries to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    Hazardous Fuels Reduction BPA, National + Guam
    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 Hazardous Fuels Reduction across the National territories and Guam. This BPA, which is a reissue to expand the pool of vendors, aims to manage hazardous vegetation through various methods, including herbicide spraying and mechanical clearing, with a performance period from March 31, 2025, to March 31, 2029. The initiative is critical for fire risk management and environmental safety, with a total purchase ceiling of $49.5 million over five years, and individual orders capped at $7.5 million. Interested vendors must submit their qualifications and pricing estimates by contacting Robert Sung at robertsung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.
    J--Synopsis - R6 Heavy Eqpt Repair BPA
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors to establish a Blanket Purchase Agreement (BPA) for the maintenance and repair of heavy equipment across eight states in Region 6, which includes Montana, Wyoming, North Dakota, South Dakota, Kansas, Nebraska, Colorado, and Utah. The BPA will facilitate diagnostics, maintenance, and repairs of various equipment components, ensuring that all work is pre-approved and invoiced according to contract regulations, with individual calls not exceeding $2,500 unless otherwise specified. This agreement is crucial for maintaining operational efficiency and ensuring the reliability of heavy equipment used by refuge staff in the region. Interested vendors can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825 for further details, with the BPA being valid for ten years from the signature date.
    WI-IRON RIVER NFH - ICE PURCHASE
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking a contractor to supply 45,360 pounds of chlorine-free ice for the Iron River National Fish Hatchery, with a focus on transporting lake and brook trout from April to June 2025. The procurement requires the ice to be delivered in a climate-controlled manner, ensuring that it does not melt and that the cubes remain separate, with specific delivery expectations including 18 pallets by April 28, 2025, and additional pallets as needed. This ice is critical for maintaining fish viability during transportation, reflecting the hatchery's operational needs. Interested parties must submit their quotations by March 3, 2025, and can contact Dana Arnold at danaarnold@fws.gov or 703-468-8289 for further information.
    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.
    ASPHALT REPAIR AT BIG BRANCH MARSH NWR
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for asphalt repair at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project entails a firm fixed-price construction contract with an estimated cost between $25,000 and $100,000, focusing on the cleaning, repair, sealing, and striping of asphalt surfaces that are over 18 years old. This initiative is crucial for maintaining the infrastructure of national wildlife refuges, ensuring both environmental protection and safety compliance during operations. Interested contractors must submit their offers by adhering to the specified guidelines, with the project timeline set from March 1, 2025, to November 30, 2025. For further inquiries, contact Khanhthong Moody at KhanhthongMoody@fws.gov or call 404-679-4022.
    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.
    ORPI FY25 LE FLEET DECOM & UPFIT
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking quotations for vehicle equipment disassembly and upfitting services as part of the ORPI FY25 LE Fleet Decom & Upfit project. This procurement involves the installation of emergency and communications equipment in new Ford F150 trucks, with a focus on ensuring safety and operational effectiveness through specific installation requirements and compliance with federal standards. The project is designated as a 100% Small Business Set Aside, with a contract value expected to be under $25,000, and the period of performance is from February 26, 2025, to June 30, 2025. Interested vendors must submit their quotes via email to Donald Tremble at donaldtremble@nps.gov by the specified deadlines, adhering to all submission requirements outlined in the solicitation documents.