REPAIR I621077 MEO1 40057134
ID: 140L6226Q0002Type: 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 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.

    Point(s) of Contact
    Martinez, Crystal
    (307) 775-6336
    (307) 775-6129
    crystalm@blm.gov
    Files
    Title
    Posted
    This government Statement of Work (SOW) outlines the required repairs for a Wind River/Bighorn Basin BLM Devils Canyon Crew Carrier (VIN: 1HTMKSTLXHH442721) to restore it to operational status and meet readiness requirements for fire incidents. The primary repair involves replacing the cylinder head, which necessitates additional parts like a cylinder head gasket kit, engine oil and filter, and fuel filter. All work must be performed by a certified International Mechanic, with a written notice to proceed issued by the Contracting Officer. The SOW emphasizes high workmanship standards, requiring clean, properly assembled, and securely fastened parts, with fluids and filters meeting original manufacturer specifications. The contractor is responsible for ensuring part availability and arranging transportation for the inoperable vehicle from Las Cruces, NM, to their facility for repairs.
    This government file, Wage Determination No. 2015-5447 Revision No. 26, outlines the minimum wage rates and fringe benefits for service contract employees in Dona Ana County, New Mexico, effective July 8, 2025. It details hourly rates for numerous occupations across various sectors, from administrative support to technical and protective services. The document emphasizes compliance with Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for applicable contracts, with annual adjustments to these rates. It also mandates paid sick leave under Executive Order 13706, providing 1 hour for every 30 hours worked, up to 56 hours annually. Fringe benefits include health and welfare at $5.55/hour (or $5.09/hour for EO 13706-covered contracts), vacation time (2 to 4 weeks based on service), and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, and weather observers, including night and Sunday differentials. Hazardous pay differentials (4% or 8%) and uniform allowances are also specified. The document concludes with procedures for conforming unlisted job classifications and wage rates, ensuring fair compensation for all service employees.
    This government solicitation (140L6226Q0002) is a Request for Quote (RFQ) for the repair of an I-621077 vehicle, specifically for a Cylinder Head Replacement and Associated Components (MEO1 40057134). The work involves obtaining service, labor, and parts to return the vehicle to duty and readiness based on an annual inspection by a certified International dealership. 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 invoicing via www.ipp.gov. Offers will be evaluated based on meeting the scope of work and delivery timeframe, and providing proof of a certified Freightliner Mechanic. The NAICS code is 811111 (Small Business Size Standard: $9 million). The solicitation includes various FAR clauses related to representations, certifications, and contract terms for commercial items.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    REPAIR I621076 EGR COOLER MEO1 40057133
    Buyer not available
    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.
    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.
    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.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    J--WASH RACK MAINTENANCE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking qualified contractors for the maintenance of the wash rack electric pressure washer and water recycle system at Hoover Dam in Boulder City, NV. The procurement aims to ensure that the system is maintained to factory specifications through a series of inspections, tests, and routine maintenance tasks, which include checking various components such as pumps, sensors, and sludge removal systems. This maintenance is crucial for the operational efficiency and environmental compliance of the facility. Interested firms are invited to submit their capability statements by 4:00 PM Pacific Time on January 5, 2026, to Noah Maye at nmaye@usbr.gov, including their Unique Entity ID and relevant qualifications.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Buyer not available
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    3-Passenger Crossover Utility Vehicle - Acoma-Cañoncito-Laguna (ACL) Indian Health Center - Pueblo of Acoma, NM
    Buyer not available
    The Department of Health and Human Services, through the Albuquerque Area Indian Health Service, is seeking quotations for the procurement of one 3-Passenger Crossover Utility Vehicle along with a compatible Snowplow Attachment for the Acoma-Cañoncito-Laguna Indian Health Center in New Mexico. The specific requirements include a John Deere Gator XUV 845M Open from the 2025 model year and a Western Impact Heavy-Duty Straight Blade snowplow, which must include a mounting kit and a cost estimate for shipping. This procurement is essential for maintaining operational efficiency in snow removal and utility transportation, reflecting the government's commitment to supporting Indian Small Business Economic Enterprises (ISBE) under the Buy Indian Act. Interested vendors must submit their quotes via email by March 25, 2025, and direct any questions to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov by March 18, 2025.
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CO OMAD 300(70) Minuteman Missile Access Road project, which involves re-graveling up to 156.582 miles of existing gravel roads utilized by the United States Air Force. The project aims to enhance road maintenance for the Air Force Intercontinental Ballistic Missile Program, specifically in southwestern Wyoming, southeastern Nebraska, and northeastern Colorado. This total small business set-aside contract, estimated at $5,980,000, requires bidders to submit their proposals by December 9, 2025, at 2:00 p.m. local time, and includes a bid guarantee of 20% of the bid price or $3,000,000, whichever is less. Interested contractors can reach out to Douglas Whitcomb or Leslie Karsten at CFLAcquisitions@dot.gov for further inquiries.
    BIA Exclusive Use Amphibious Single Engine Scooper
    Buyer not available
    The Department of the Interior is seeking proposals for exclusive use amphibious single-engine scooper flight services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, identified by Solicitation Number 140D0425R0098, will provide essential aerial firefighting capabilities during a specified 60-day period each year from April 14 to June 12, spanning from 2026 to 2031. This procurement is critical for effective fire suppression efforts, requiring contractors to meet stringent aircraft specifications and personnel qualifications, including compliance with FAA regulations. Interested parties must submit their proposals by December 29, 2025, at 10:00 AM PST, with a maximum contract value of $10 million. For further inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.
    081107 WCF Replacement Utility Vehicle EN:1500
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for a 4x4 Utility Vehicle (UTV) to replace its current vehicle at the Pisgah Ranger District in North Carolina. The UTV must meet stringent specifications, including a minimum 999 cc gasoline engine, automatic transmission, seating for at least four passengers with a certified Roll Over Protection Structure (ROPS), and various performance capabilities such as a towing capacity of 1500 lbs. and a payload capacity of 1100 lbs. This procurement is critical for supporting the Forest Service's operational needs in managing the national forest, and it is set aside for small businesses under NAICS code 336999. Proposals are due by December 8, 2025, at 5:00 pm ET, and interested vendors should contact Brad Carlson at brad.a.carlson@usda.gov for further details.