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
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    MN-MN VLY NWR-VEHICLE LIFT PURCHASE AND INSTALLATI
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the purchase and installation of a 20,000-lb capacity Rotary SPO20-TA/SPO20N0T0-BL 2-post above-ground automotive lift at the Minnesota Valley National Wildlife Refuge in Bloomington, MN. The project requires adherence to OSHA standards, local building codes, and the installation of a lift that is fully ALI/ETL-certified, along with the decommissioning of an existing lift. This procurement is critical for maintaining operational efficiency at the refuge's Rapids Lake Shop, ensuring safe and effective vehicle maintenance. Interested small businesses must submit their quotes by December 17, 2025, at 5:00 PM EST, with the contract period running from January 12, 2026, to March 11, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    MN Morris WMD - UTV with Two Trade-ins
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the procurement of a 6x6 Utility Task Vehicle (UTV) along with the trade-in of two existing vehicles, specifically a 2009 Argo Avenger and a 2016 Polaris Ranger, for the Morris Wetland Management District (WMD). The UTV must meet specific technical specifications, including features such as a roll-over protection system, enclosed cab with climate control, and a power-tilting bed, with proposals evaluated based on technical compliance, lead time, and pricing. This procurement is crucial for enhancing operational capabilities in wildlife management and habitat conservation efforts. Interested vendors must submit their proposals by January 8, 2026, at 2:00 PM ET, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide and install a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wetland Management District in North Dakota. The procurement includes specific requirements such as a pump package with various components, compliance with NFPA standards, and a completion timeframe of nine to twelve months post-award. This opportunity is crucial for enhancing firefighting capabilities in the region, ensuring that the fire truck is equipped with the necessary tools for effective emergency response. Interested vendors must submit their quotes by December 22, 2025, at 5:00 pm EST, to Khalilah Brown at khalilahbrown@fws.gov, with evaluations based on technical expertise and past performance.
    Z--ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of a diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon above-ground tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank, and reconnection of supply lines for an emergency generator. This upgrade is crucial for maintaining operational efficiency and safety standards at the hatchery, which will continue operations during the project. Interested contractors should note that quotes are due by January 13, 2026, with a site visit scheduled for January 7, 2026, and all inquiries must be directed to Christa Garrigas at christagarrigas@fws.gov by January 8, 2026. The estimated construction cost is between $25,000 and $100,000, with work expected to commence on January 20, 2026, and conclude by February 20, 2026.
    MN VALLEY DEBRIS BLOWER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the procurement of a debris blower for the Minnesota Valley National Wildlife Refuge. The required debris blower must feature a 24.6 hp gas engine, a high-efficiency axial flow fan, and a handheld wireless RF controller, among other specifications, with a delivery date set for March 1, 2026. This equipment is crucial for maintaining the refuge's landscape and ensuring the health of its ecosystems. Interested small businesses must submit their quotations by December 22, 2025, to Jeremy Riva at jeremyriva@fws.gov, with the award based on best value considerations including specifications compliance, past experience, and price.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    61--CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide a 200 hp outboard motor for law enforcement patrol boats operating on Montana's lakes and rivers. The procurement involves a firm-fixed-price contract for one motor, which must meet specific technical requirements, including compatibility with Smartcraft, and include necessary installation components and labor. This acquisition is critical for enhancing law enforcement capabilities in the region, ensuring effective patrols over long distances in various water conditions. Interested parties must submit their quotes by January 2, 2026, with the contract performance period set from January 12, 2026, to March 13, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of one outboard motor, specifically a Mercury Marine 150XL FourStroke or an approved equivalent, as part of a Total Small Business set-aside initiative. The motor, which is critical for operations at the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana, must meet specific technical specifications, including a 150 horsepower output and Smartcraft compatibility, among others. Interested vendors are required to submit their quotes by December 19, 2025, with delivery expected by February 2, 2026, and must ensure compliance with all outlined specifications to demonstrate equivalency. For further inquiries, vendors can contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.