Opportunity
SAM #PAN040646
Manufacturer-Level Repair of Caterpillar D7G Dozer Steering Clutch for U.S. Army at Fort Bliss
Buyer
MICC Ft. Bliss
Posted
April 09, 2026
Respond By
April 14, 2026
Identifier
PAN040646
NAICS
811310
This opportunity seeks qualified contractors to perform manufacturer-level repair of the steering clutch on a Caterpillar D7G Dozer for the U.S. Army at Fort Bliss, Texas. - Government Buyer: - U.S. Army, 937th Combat Engineer Company Armored (CEC-A), 40th Engineer Battalion, 2/1 Armored Division - Mission Installation Contracting Command (MICC) Fort Bliss - OEM Highlight: - Caterpillar is the sole Original Equipment Manufacturer (OEM) referenced, as the dozer is a Caterpillar D7G model - Products/Services Requested: - Comprehensive maintenance and repair of the steering clutch for Caterpillar D7G Dozer (S/N: 3ZD00587R) - Includes inspection, removal, reconditioning with new OEM parts, reinstallation, and functional testing - Transportation of the dozer between Fort Bliss and the contractor's facility in El Paso, TX - All labor, management, technical assistance, and preventative maintenance per Army regulations and Caterpillar technical manuals - Quantities & Part Numbers: - 1 repair service for Dozer S/N: 3ZD00587R - Unique/Notable Requirements: - Use of new OEM Caterpillar parts for reconditioning - Contractor must provide all labor, supervision, and technical support - Work includes cab removal/installation, fault isolation, and functional checks - Contractor's facility must be in or near El Paso, TX for transportation logistics - Respondents must submit a capability statement and identify business size - Place of Performance: - 40th EN BN Motor Pool, Fort Bliss, TX (military base) - Contractor's maintenance facility in El Paso, TX - Applicable Codes: - NAICS: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) - PSC: J056 (Maintenance, Repair, and Rebuilding of Equipment—Construction and Building Materials)
Description
SOURCES SOUGHT NOTICE
INTRODUCTION:
The Mission Installation Contracting Command (MICC) – Fort Bliss, TX is conducting market research to identify qualified sources capable of performing manufacturer‑level repairs on a D7G Dozer. Information received will support the Government’s acquisition planning. Telephone inquiries will not be accepted, and no feedback or evaluations will be provided regarding submitted material
DISCLAIMER:
THIS SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. IT IS NOT A REQUEST FOR PROPOSAL (RFP) AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES ARE NOT OFFERS AND WILL NOT RESULT IN A CONTRACT AWARD. THE GOVERNMENT WILL NOT REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS NOTICE. PARTICIPATION IS STRICTLY VOLUNTARY, AND RESPONSES WILL NOT BE RETURNED. FAILURE TO RESPOND DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE SOLICITATION.
REQUIRED CAPABILITIES:
The Contractor shall furnish all necessary labor and management to repair the steering clutch of Dozer 937‑3G1 (S/N: 3ZD00587R). Additional details are provided in the attached Performance Work Statement (PWS), Attachment 1.
- Organizations capable of performing these services are requested to submit:
Company Information
Organization name, address, website, email, telephone number, business size, and type of ownership.
- Capability Statement:
A tailored statement demonstrating the ability to meet the requirements, including documentation supporting organizational and staff qualifications. If subcontracting or teaming is anticipated, describe the proposed structure and management approach.
The Government will use this information to assess market capacity to provide services consistent with the scope and scale of this requirement.
ELIGIBILITY:
The applicable NAICS code is 811310. The PSC is J056. All business sizes are encouraged to respond; however, respondents must clearly identify their business size in their capability statement
ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)
A Performance Work Statement (PWS) is included as Attachment 1.
The anticipated contract type is Firm Fixed Price.
Responses shall be submitted by e-mail in Microsoft Word or PDF format to nancine.a.dezir.mil@army.mil and franklin.godinez2.civ@army.mil no later than 10:00 AM MDT on 14 April 2026. Include the synopsis number in the email subject line and on all submitted documents. Do not submit classified material. The Government is not obligated to pay for information provided, and no claims shall arise from responding to this notice.