REPAIR I621076 EGR COOLER MEO1 40057133
ID: 140L6226Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTWYOMING STATE OFFICECHEYENNE, WY, 82009, USA

NAICS

General Automotive Repair (811111)

PSC

MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS (J042)

Set Aside

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

    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.

    Point(s) of Contact
    Martinez, Crystal
    (307) 775-6336
    (307) 775-6129
    crystalm@blm.gov
    Files
    Title
    Posted
    This government Statement of Work outlines the required repairs for a Wind River/Bighorn Basin BLM Devils Canyon Crew Carrier (VIN: 1HTMKSTLXHH442720) to restore it to operational status for fire incidents. The work, to be performed by a certified International Mechanic, includes replacing the EGR Cooler, EGR Valve, and exhaust manifold, along with associated parts like engine coolant, turbocharger seal kit, engine oil and filter, intake sensors, and engine boost control harness. The contractor is responsible for ensuring parts availability and arranging transportation of the inoperable vehicle from Albuquerque, New Mexico, to their facility. All repairs must meet high workmanship standards and manufacturer specifications, with a strict timeline for completion set by the Contracting Officer.
    This government file, Wage Determination No.: 2015-5443, Revision No.: 26, outlines wage rates and benefits for service contract employees in New Mexico counties (Bernalillo, Sandoval, Torrance, Valencia), effective July 8, 2025. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts awarded on or after January 30, 2022, and between January 1, 2015, and January 29, 2022, respectively. The document also specifies fringe benefits, including health and welfare, vacation, and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, weather observers, hazardous pay differentials, and uniform allowances. It also describes the conformance process for unlisted job classifications under the Service Contract Act.
    This government solicitation (140L6226Q0001) is a Request for Quote (RFQ) from the Bureau of Land Management (BLM) for vehicle repair services. The main objective is to repair an International I-621076, specifically replacing the EGR Cooler, EGR Valve, and Exhaust Manifold, to return the vehicle to operational readiness. The period of performance is from February 1, 2026, to March 31, 2026. Key requirements for offerors include active SAM.gov registration, compliance with Section 889 clauses, and submission of invoices via ipp.gov. Technical acceptability hinges on meeting the scope of work and delivery timeframe, along with providing proof of at least one certified Freightliner Mechanic. The solicitation also incorporates various FAR clauses concerning commercial items, simplified acquisition procedures, and representations and certifications related to business size, ownership, and other federal contracting requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    MI-MARQUETTE BS-TRUCK REPAIR
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking proposals for vehicle repair services for a government-owned 2024 Chevy 2500 Ext. Cab 4x4 involved in an accident at the Marquette Biological Station. The contractor will be responsible for restoring the vehicle, which includes repairs to various components such as the cab, side impact sensors, rear door, and conducting complete vehicle diagnostic testing. This procurement is crucial for maintaining the operational readiness of government vehicles used in wildlife service activities. Interested contractors must submit their quotations by December 8, 2025, at 10 AM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289. The contract period will extend from the award date through June 30, 2026.
    TURBOCHARGER,EXHAUS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of turbochargers and exhaust systems. The procurement aims to secure a firm-fixed price contract for the repair of these critical components, which are essential for the operation of various military vehicles and equipment. The selected contractor must adhere to specific requirements, including a repair turnaround time of 120 days and compliance with IUID requirements, while also being an authorized repair source. Interested parties should submit their quotes electronically to Stephanie Tran at yenstephanie.tran@navy.mil, with a minimum quote validity of 90 days. The opportunity is categorized under NAICS code 333618, and the solicitation details are available for review.
    J035--Mobile Medical Unit Paint, Body and Mechanical Repairs
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide paint, body, and mechanical repairs for a Mobile Medical Unit (MMU-02) that serves rural and underserved Veterans. The procurement includes extensive repairs such as corrosion treatment, painting, undercarriage undercoating, vinyl wrap removal, tire and battery replacement, and maintenance services for the A/C and generator, all to be completed within a 40-mile radius of the Martinsburg VA Medical Center in West Virginia. This initiative is crucial for maintaining the operational integrity of the MMU, which delivers essential healthcare services to communities in need. Interested parties must submit their responses, including company information and estimated pricing, by December 9, 2025, at 11:00 AM EST, to Melissa Chanduvi Holmes at Melissa.chanduviHolmes@va.gov.
    FIRE TRUCK MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    28--REPAIR KIT,DIESEL E
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for a procurement opportunity involving a Repair Kit for Diesel Engines, specifically NSN 2815016634201. The requirement includes a quantity of 27 units to be delivered to DLA Distribution Red River within 102 days after order (ADO). This procurement is critical for maintaining operational readiness and ensuring the functionality of diesel engine equipment used by military operations. Interested vendors are encouraged to submit their quotes electronically, and any inquiries regarding the solicitation should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    VALVE,REHEATER DIV,
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of the Reheater Division Valve, a critical component in engine fuel systems. The procurement aims to ensure that these valves are restored to a Ready for Issue (RFI) condition, meeting stringent quality and inspection standards as outlined in the Statement of Work. This opportunity is vital for maintaining operational readiness and reliability of military vehicles, emphasizing the importance of high-quality repairs and adherence to specified timelines. Interested contractors must submit their quotes via email to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by December 15, 2025, with a quantity increase from 2 to 5 units noted in the solicitation.
    Motor Vehicle Operationalize RFI
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking information through a Request for Information (RFI) regarding motor vehicle operationalization (upfitting) services for law enforcement vehicles. The objective is to gather insights from industry experts on commercially available upfit options that align with CBP's specialized law enforcement operations, which include the integration of essential equipment such as lights, sirens, communication systems, and weapon storage. This initiative is crucial for enhancing the acquisition strategy and improving the efficiency and safety of law enforcement vehicle transformations. Interested vendors are invited to submit their responses by December 12, 2025, at 5:00 PM EDT, and can direct inquiries to Antwanette R. Boone-Murphy or Lloyd A. Burton via the provided contact information.
    28--BLOWER,ENGINE,EAPS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Blower, Engine, EAPS, under a sole source requirement. The procurement involves the repair, testing, and inspection of specific engine components, which are critical for maintaining operational readiness in military aircraft. Interested contractors must ensure compliance with stringent quality and inspection standards, including ISO 9001/SAE AS9100, and provide a quote that includes either a firm-fixed price or time and materials pricing, with proposals remaining valid for a minimum of 120 days. For further inquiries, potential bidders can contact Katlyn Galetto at katlyn.m.galetto.civ@us.navy.mil or by phone at 215-697-6549.
    28--MANIFOLD,EXHAUST
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of exhaust manifolds under solicitation number NSN 2815014371027. The requirement includes a total quantity of 41 units, with delivery expected within 99 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These exhaust manifolds are critical components for various engine applications, and the contract is set aside for small businesses, ensuring that all responsible sources can submit their quotes electronically. Interested parties should direct inquiries to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.