Engine repair for John Deere 2154D Excavator
ID: 140L1224Q0082Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCALIFORNIA STATE OFFICESACRAMENTO, CA, 95825, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

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

    The Bureau of Land Management (BLM) is seeking qualified contractors to provide engine repair services for a John Deere 2154D excavator that has experienced coolant mixing with oil. The scope of work includes removing hydraulic pumps and fan assembly, cleaning the radiator, and installing new parts into the engine assembly, as detailed in Request for Quotation (RFQ) 140L1224Q0082. This procurement is critical for maintaining operational efficiency and safety in BLM's equipment fleet. Interested vendors must submit their firm, fixed-price quotes via email by September 17, 2024, and ensure compliance with federal contracting regulations, including active registration in the System for Award Management (SAM). For further inquiries, contact Michael Anson at manson@blm.gov or call 279-977-3565.

    Point(s) of Contact
    Anson, Michael
    (279) 977-3565
    (916) 978-4444
    manson@blm.gov
    Files
    Title
    Posted
    This document outlines Wage Determination No. 2015-5633 issued by the U.S. Department of Labor for contracts governed by the Service Contract Act (SCA) in Monterey County, California. It specifies minimum wage rates and fringe benefits for various occupations regarding federal contracts. Effective for contracts entered into or extended after January 30, 2022, wages must be at least $17.20 per hour, adhering to Executive Order 14026. The document categorizes occupations with their respective pay rates, such as Administrative Support, Automotive Service, and Health Occupations. Each job title corresponds with specific fringe benefits, including health and welfare provisions, paid sick leave, vacation time, and holiday pay. It also discusses the conformance process for unlisted employee classifications and additional compensation for hazardous duties. The overall purpose of the file is to ensure compliance with federal wage standards for contractors, promoting equitable wages and benefits. This determination is particularly relevant in the context of federal RFPs and grants, establishing a framework for competitive bidding and fair labor practices in government contracts.
    The Bureau of Land Management (BLM) has issued Request for Quotation (RFQ) 140L1224Q0082 for engine repairs on a John Deere 2154D excavator suffering from coolant mixing with oil. The awarded contractor will be responsible for various tasks, including removing the hydraulic pumps and fan assembly, as well as cleaning the radiator and installing new parts into the engine assembly. Following the instructions outlined in the RFQ, interested vendors must submit their firm, fixed-price quotes via email by September 17, 2024. The RFQ emphasizes that responses must conform to specified solicitation provisions, and bidders are required to have active registration in the System for Award Management (SAM). The document includes several critical clauses relevant to federal contracting processes, such as past performance evaluations, requirements for electronic invoicing, and compliance with FAR regulations. The emphasis on prompt payment methods and the prohibition on contracting with certain entities ensures adherence to government procurement policies. This RFQ represents a competitive opportunity for vendors capable of meeting BLM standards for machinery repairs within the designated timeframe and specifications.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J--DODGE RAM 2500 ENGINE REPLACEMENT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified contractors for a firm-fixed-price contract to replace the engine of a 2018 Dodge Ram 2500 at the Royal Gorge Field Office in Canon City, Colorado. The procurement requires the contractor to provide towing services, a new engine conforming to OEM specifications, and a warranty of at least 7,200 hours or two years/24,000 miles, along with various necessary components for the engine replacement. This contract is critical for maintaining the operational readiness of the vehicle, ensuring compliance with federal regulations, and supporting small businesses under the NAICS code 811111. Interested parties must submit their offers by September 6, 2024, and can contact Scott Voigt at svoigt@blm.gov or 303-239-3637 for further information.
    J--Repair Caterpillar 143H motor grader
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking a contractor to repair a Caterpillar 143H motor grader that has experienced engine failure. The contractor will be responsible for providing comprehensive repair services, including a diagnostic estimate and the replacement of the engine with a reconditioned Long Block, while utilizing reusable parts from the existing engine. This grader is crucial for maintaining irrigation canals and drainage systems, which are vital to the BIA's operational capacity. Interested vendors must submit pricing information and a capability statement by 8:00 a.m. MDT on September 20, 2024, and can direct inquiries to Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.
    TREE COOLER INSTALLATION, TILLAMOOK, OREGON
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for the installation and relocation of a seed cooler at its office in Tillamook, Oregon, under solicitation number 140L4324Q0189. The project involves transporting, reassembling, and connecting the cooler to existing plumbing and electrical systems, ensuring operational efficiency while adhering to federal acquisition regulations and local safety standards. This initiative is crucial for maintaining the functionality of the BLM's facilities, particularly in preserving seed viability through controlled temperature and humidity conditions. Interested contractors should contact Rachel Jones at rmjones@blm.gov or call 503-808-6068 for further details, with the performance period extending until October 25, 2024.
    J--Burley Fire Office HVAC System Replacement
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for the replacement of the HVAC system at the Burley Fire Office in Idaho. The project involves the complete demolition of outdated HVAC systems and the installation of new energy-efficient units, including two-stage gas furnaces and programmable thermostats, in compliance with federal standards and building codes. This initiative is crucial for maintaining optimal climate control in government facilities while promoting energy efficiency and environmental responsibility. Interested small businesses must submit their electronic quotes by September 20, 2024, with a project budget estimated between $25,000 and $100,000. For further inquiries, contractors can contact Heather McBride at hmcbride@blm.gov or by phone at 208-373-3993.
    MOTOR GRADER
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to procure a six-wheel drive Motor Grader for road maintenance operations in Ft. Duchesne, Utah. The procurement requires a Motor Grader with a 14-foot moldboard and specific operational features, including an antler rack hydraulic control system and severe-duty fuel filtration, along with comprehensive training on equipment operation. This acquisition is crucial for maintaining essential infrastructure and ensuring the functionality of road maintenance operations within the agency. Interested parties must submit their quotes in response to the Request for Quote (RFQ) by the specified deadline, with a firm-fixed-price purchase order expected to be awarded within 120 days post-award. For further inquiries, vendors can contact Renee Holly at Renee.Holly@bia.gov or by phone at 602-379-3822.
    SAMA-SAIR: REPLACE UTILITY EQUIPMENT
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking proposals for the procurement of a Bobcat Toolcat UW56 utility vehicle, along with an optional 72" hydraulic mower deck, to replace an existing work utility vehicle at the Saugus Iron Works and Salem Maritime National Historic Sites. The vehicle must meet specific requirements, including a 2-seat cab, front-end hydraulic lift, dump bed, and various safety features, ensuring operational efficiency and safety standards within the park services. Interested vendors should note that quotes must be submitted electronically by September 20, 2024, with the contract period of performance running from October 25, 2024, to December 20, 2024. For further inquiries, contact Capreece Dunklin at capreecedunklin@contractor.nps.gov.
    28--REPAIR KIT,DIESEL E
    Active
    Dept Of Defense
    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 2815015477106. The solicitation includes a requirement for 16 units, with delivery expected within 71 days after order placement, and may result in an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000. This procurement is crucial for maintaining operational readiness and support for military diesel engines, with items to be shipped to various domestic and overseas DLA depots. Interested vendors must submit their quotes electronically, and for inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.
    IL-CRAB ORCHARD NWR- BIL FIRE CTL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified vendors to provide a Compact Track Loader for the Crab Orchard National Wildlife Refuge as part of a combined synopsis/solicitation. The procurement requires a loader with specific capabilities, including a minimum engine power of 89 hp, a rated operating capacity of 3,100-3,500 lbs, and features such as high-flow hydraulics, safety systems, and compliance with U.S. EPA emission standards. This equipment is crucial for effective fire control and land management within the refuge, ensuring operational efficiency and safety. Interested parties must submit their quotes by September 19, 2024, and can direct inquiries to Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
    S--Moab and Monticello Vault Toilet Pumping and Waste Hauling Services
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide Vaulted Toilet Pumping Services for the Moab and Monticello Field Office locations within the Canyon Country District. This procurement is a total small business set-aside under NAICS Code 562991, and the contract will cover a Base Year plus four Option Years. These services are crucial for maintaining sanitation facilities in remote areas, ensuring compliance with health and environmental standards. The solicitation, identified as 140L5723Q0083, is expected to be posted on or around September 20, 2024, with a closing date in mid-November, and interested vendors should monitor www.SAM.gov for updates. For inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.
    BERTHOLF FUEL OIL PURIFIER FEED PUMP INSPECT AND REPAIR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to inspect and repair the fuel oil purifier feed pump on the Coast Guard Cutter (CGC) Bertholf. The primary objective is to address a fuel leak suspected to be caused by a mechanical seal failure in the 1 feed pump, requiring a thorough evaluation, necessary repairs, and certification testing to ensure compliance with original equipment manufacturer specifications. This procurement is critical for maintaining the operational readiness of the vessel, as the fuel oil purifier system is essential for its performance. Interested vendors must submit their official quotes by 8:00 AM Pacific Time on September 20, 2024, and can direct inquiries to Jeramyah W. George at Jeramyah.W.George@uscg.mil or Bryan P. Briggs at bryan.p.briggs@uscg.mil.