USDA Forest Service Law Enforcement & Investigation Region 13 Zone 8 Upfit EN 4668, 4103, 4660, 4673, 4664, 4665
ID: 12318725Q0164Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICEWASHINGTON, DC, 20250, USA

NAICS

Motor Vehicle Electrical and Electronic Equipment Manufacturing (336320)

PSC

MISCELLANEOUS VEHICULAR COMPONENTS (2590)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 9:00 PM UTC
Description

The U.S. Department of Agriculture's Forest Service is seeking proposals from qualified small businesses for the upfitting of six patrol vehicles as part of their Law Enforcement and Investigations initiative in Region 13 Zone 8. The contractor will be responsible for the pick-up and delivery of the vehicles, as well as the acquisition and installation of necessary equipment, including a modular power distribution system, mobile radio prewiring, light bars, and secure transport features for prisoners. This project is crucial for enhancing the operational capabilities of law enforcement personnel within the Forest Service, ensuring they are well-equipped to perform their duties effectively. Interested vendors must submit their proposals by April 18, 2025, and direct any inquiries to Drackus Thomas at drackus.thomas@usda.gov or Nicole Green at nicole.green2@usda.gov by April 15, 2025.

Point(s) of Contact
Files
Title
Posted
The U.S. Forest Service Washington Office has issued a Request for Quote (RFQ) for law enforcement vehicle upfitting, which includes the provision of necessary parts and materials along with vehicle pick-up and delivery to designated locations. The solicitation, numbered 12318725Q0164, is open to vendors until April 18, 2025, and all inquiries must be submitted via a specified question form by April 15, 2025. This RFQ is exclusively set aside for small businesses, specifically seeking those that can meet the criteria outlined in the NAICS code 336320—automotive manufacturing. The primary contractor will be responsible for adherence to national specifications for law enforcement vehicles, inspection requirements, and quality control, ensuring timely delivery of upfitted vehicles within 120 days post-award. Proposals must include a technical report detailing past performance and the parts to be used, as well as a price proposal that covers all cost aspects. The selection process prioritizes technical capability and past performance over price, emphasizing the need for a compliant, efficient, and professional service in support of government law enforcement operations.
Mar 25, 2025, 2:06 PM UTC
The document outlines a work plan for upfitting several 2024 Ford F150 Police vehicles under project title 12318725Q0164 for the USDA Forest Service. The main focus is on acquiring the necessary modifications for six specific vehicles stationed at different locations across the region, including Hot Springs, AR; Gainesville, GA; and Lufkin and Pineville, TX. Each vehicle will receive customized equipment and features appropriate for law enforcement use, with a performance period spanning from the date of award until project completion. The planned modifications aim to enhance the operational capabilities of the Forest Service's law enforcement missions. Overall, this request for proposal (RFP) represents a strategic initiative to ensure that the Forest Service personnel are well-equipped to perform their duties effectively.
The USDA's Forest Service requires the upfitting of six 2024 Ford F150 police vehicles to enhance law enforcement capabilities. The contractor will be responsible for picking up the vehicles, acquiring necessary supplies, and completing the installation of various equipment, including a modular power distribution system, mobile radio prewiring, light bars, sirens, and secure transport features for prisoners. The project follows a replacement cycle for emergency vehicles, ensuring they meet operational standards. Contractors must complete the work within 60 days after the arrival of government-furnished property and must begin work within 30 days post-award. Additionally, they must adhere to security protocols during vehicle transport and ensure consistent installation practices across all vehicles. Damage incurred while the vehicles are in the contractor's possession will be the contractor’s responsibility. The successful bidder should maintain communication with the designated points of contact throughout the process. Overall, this project underscores the USDA’s commitment to effective law enforcement capabilities through reliable vehicle outfitting.
The document outlines the specifications for the markings on Forest Service law enforcement and investigations vehicles. Mandatory markers include a centrally placed LE badge on the doors, distinctive striping, American flags, and official logos positioned strategically on various parts of the vehicle. For K-9 vehicles, additional reflective decals indicate police dog presence. Adjustments to placements of decals may be permitted under specific conditions and must be approved by higher authorities. Optional markings can include unit identifiers on the vehicle's roof. Specialty vehicles should closely resemble standard law enforcement vehicles in their markings. These specifications ensure uniformity and high visibility in law enforcement operations under the Forest Service, aimed at enhancing identification and safety across various terrains and situations. The document serves as a guideline for federal entities involved in vehicle procurement and operation, ensuring compliance with established federal standards.
Mar 25, 2025, 2:06 PM UTC
The document outlines a Request for Quote (RFQ) from the USDA Forest Service procurement office regarding the upfitting of unmarked vehicles, designated RFQ number 12318725Q0164. It emphasizes the submission of questions related to the RFQ, instructing submitters to reference 'Questions' along with the RFQ number in their email subject line. The deadline for submitting inquiries is set for April 15, 2025, by 5 PM EST. The format of the document underscores the importance of structured communication in the procurement process, ensuring clarity and adherence to specified guidelines. This RFQ is part of the agency's efforts in seeking proposals for necessary vehicle modifications to support their mission of land care and public service.
Mar 25, 2025, 2:06 PM UTC
The document outlines the requirements for submitting a Past Performance Questionnaire as part of the Request for Proposal (RFP) #12318725Q0164, related to the USDA FS Law Enforcement and Investigation Unmarked Vehicle Upfit. It specifies that Offerors must provide past performance details for each referenced project to aid in the evaluation of their capability in fulfilling the contract requirements. The past performance will be assessed based on various factors, including the quality of service, program management, timeliness, and cost control. Evaluation ratings include Acceptable, Neutral, or Unacceptable, which reflect the Offeror's historical performance risk. The questionnaire seeks feedback on the contractor’s strengths and weaknesses, overall customer satisfaction, and any previous contract terminations. Respondents are required to provide identifying details and their connection to the projects evaluated. This structured approach aims to ensure a thorough assessment of contractor performance, ultimately aiding the government in selecting capable service providers for the project at hand.
Mar 25, 2025, 2:06 PM UTC
The document outlines the evaluation factors and criteria for proposals submitted in response to a federal or state/local Request for Proposals (RFP). It specifies two main evaluation factors: Technical Proposal and Price. The Technical Proposal is further divided into Past Performance and Technical Capability. Each section has adjectival ratings ranging from Acceptable to Unacceptable, assessing the Offeror’s ability to meet requirements and performance risks. For Past Performance, an Acceptable rating signifies the Offeror can adequately fulfill the requirements with low performance risk, while Unacceptable signifies a history of unsatisfactory performance. Technical Capability ratings reflect whether the proposal meets requirements or reveals major deficiencies requiring substantial revisions. Pricing must be presented as Firm Fixed Pricing, including collection and delivery costs. The contract will be awarded to a vendor based on their ability to fulfill all requirements along with their Past Performance, Technical Capability, and Pricing evaluations. The document emphasizes the importance of thorough assessments to ensure contractor reliability and proposal quality in meeting government standards.
The Axon Fleet 3 LEI Field Install Guide outlines installation procedures for the Axon Hub and CradlePoint components used in law enforcement vehicles. It emphasizes the importance of validating connectivity through accurate light indicators on the devices, which can sometimes flicker. The guide specifies the proper configuration for cables and ports, detailing connections between the CradlePoint and the Axon Hub as well as to vehicle cameras. It instructs users to ensure that colors indicate correct functionality and highlights the arrangement of WAN and LAN connections for optimal performance. This document is essential for technicians to properly install and troubleshoot these technology systems used in public safety contexts, reflecting a commitment to enhancing law enforcement capabilities through effective equipment utilization.
The document outlines specifications for outfitting a 2018 Chevy Tahoe with a Dell Tablet Upfit kit. The primary components include the Dell Rugged Tablet NPT Docking Station with its power adapter, an independent rotation tablet display mount kit, an iKey full travel keyboard with red backlighting, and a Lind power supply pole mount. Additional components, such as the Chevrolet Silverado/Tahoe/Suburban and GMC Sierra/Yukon base, a center-mounted upper pole, a lower tube assembly, and a short support brace, are referenced for mounting versatility depending on vehicle configurations. Each item is linked to its respective product page for detailed information. This document serves as a guideline for procurement processes related to federal and local RFPs, focusing on equipping law enforcement or similar vehicles with tech and support systems for operational efficiency.
Lifecycle
Title
Type
Similar Opportunities
LE PATROL VEHICLE: FORD F150 OUTFITTING
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the outfitting of a 2024 Ford F-150 law enforcement vehicle for the Northwest Oregon District. The contract, structured as a Firm Fixed Price, requires the contractor to provide management, supervision, labor, and materials necessary to equip the vehicle with law enforcement tools, including radios, external lighting, winches, and appropriate markings. This procurement is crucial for enhancing law enforcement capabilities while ensuring compliance with federal, state, and local regulations, including safety and environmental standards. Interested vendors should contact Carrie Mahlmeister at cmahlmeister@blm.gov for further details, with the performance period set from May 1, 2025, to December 31, 2025.
Steel Utility Truck Bed Purchase & Install
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking proposals for the purchase and installation of a steel utility truck bed for a 2024 Chevy Silverado 5500HD. The procurement aims to enhance operational capabilities by equipping the vehicle with a robust and functional truck bed, which is essential for various utility tasks. Interested contractors must submit a complete technical and price proposal by April 4, 2025, ensuring compliance with federal regulations, including SAM registration and electronic invoicing through the IPP. For further inquiries, interested parties can contact Megan Allaire at megan.allaire@usda.gov.
Polaris Snowmobile Sierra NF
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of a 2025 Polaris Ranger Crew XP 1000 snowmobile for the Sierra National Forest Bass Lake Ranger District. The primary objective is to enhance operational capabilities in managing national forest resources through the acquisition of this advanced vehicle, which features an 82 HP ProStar 4-Stroke engine, advanced drivetrain capabilities, and various safety and comfort features. Proposals must be submitted by December 18, 2024, with questions accepted until December 13, 2024; interested parties should contact Tammy Perrine at tammy.perrine@usda.gov for further information. This procurement is set aside for small businesses under NAICS code 336999, with a size standard of 1,000 employees.
Steel Utility Truck Bed Purchase & Install
Buyer not available
The Department of Agriculture, specifically the Forest Service at the Mingo Job Corps Center, is seeking proposals for the purchase and installation of a steel utility truck bed for a 2024 Chevy Silverado 5500HD. The procurement aims to enhance the operational capabilities of the Job Corps facility by modernizing its vehicle fleet with essential equipment that meets specific construction and safety standards. Interested vendors must submit their proposals by April 23, 2025, adhering to the Federal Acquisition Regulation (FAR) and ensuring compliance with national security regulations regarding telecommunications equipment. For further inquiries, vendors can contact Megan Allaire at megan.allaire@usda.gov.
3 Slant Horse Gooseneck Trailer
Buyer not available
The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for the procurement of one 3 Slant Horse Gooseneck Trailer. The trailer must meet specific Department of Transportation regulations and adhere to detailed specifications regarding dimensions, weight capacity, construction materials, and safety features, as outlined in the Request for Quotation (RFQ). This procurement is crucial for the Forest Service's operational needs, ensuring they have the necessary equipment for transporting horses safely and efficiently. Interested small business entities must submit their technical and price proposals via email by April 29, 2025, and direct any inquiries to the designated contacts, Ismael Sanabria and Curtis R. Landreth, before April 25, 2025.
Gifford Pinchot Office Trailers for Expanded Dispatch Incident Support
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for the rental of two office trailers to support expanded dispatch incident operations during the 2025 fire season. The procurement requires trailers measuring either 12' x 56' or 12' x 32', equipped with essential amenities such as lighting, desks, chairs, and climate control, along with delivery, setup, and tear-down services. This initiative is crucial for providing functional workspaces at dispatch centers that lack adequate office space during peak fire activity periods. Interested vendors must submit their proposals electronically by April 25, 2025, and are encouraged to direct any questions to A Kay Steffey at arlene.steffey@usda.gov. The anticipated period of performance for this project is from June 15, 2025, to October 15, 2025.
Call When Needed Mobile Shower Facilities Units
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for Call When Needed Mobile Shower Facilities Units (CWNMSU) through a Blanket Purchase Agreement (BPA) to support fire suppression and other emergency incidents nationwide. Contractors will be responsible for providing all necessary equipment, trained personnel, and logistics to ensure compliance with federal regulations, including wage determinations, while maintaining operational readiness. This initiative is crucial for ensuring adequate sanitation facilities during emergencies, reflecting the government's commitment to effective resource deployment. Interested vendors must submit their offers by April 28, 2025, with inquiries directed to Dana Price at dana.price2@usda.gov or (202) 205-0913.
2025-2029 National Mobile Food Service Unit (MFSU) Support IDIQ
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the 2025-2029 National Mobile Food Service Unit (MFSU) Support through an Indefinite Delivery-Indefinite Quantity (IDIQ) contract. This procurement aims to provide comprehensive mobile food services during fire suppression and other emergency incidents across various locations in the western United States, ensuring that incident personnel receive nutritious meals and provisions. The selected contractors will be responsible for delivering freshly prepared meals and maintaining compliance with health and safety standards, with a focus on operational readiness in both urban and remote areas. Proposals are due by April 24, 2025, with anticipated awards around June 2025, and interested parties can contact Dana Price at dana.price2@usda.gov for further information.
J--MN-MN VALLEY NWR-TRUCK UPFITTING
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for truck upfitting services at the Minnesota Valley National Wildlife Refuge (MN VLY NWR). The procurement involves modifications to a 2024 RAM 3500 Regular Cab 4x4 vehicle, including the installation of a customer-provided Rugby Dump Body, wiring, and various accessories, all in compliance with Department of Transportation (DOT) regulations. This project is crucial for enhancing the operational capabilities of the refuge's vehicles, ensuring they meet safety and performance standards. Interested parties must submit their quotations via email by April 22, 2025, and include necessary documentation such as a completed SF 1449 form, technical capabilities, and past performance references. For further inquiries, contact Dana Arnold at danaarnold@fws.gov or call 703-468-8289.
Forest Service Wildland Fire Tent System Rentals
Buyer not available
The U.S. Department of Agriculture (USDA), Forest Service is soliciting quotes for the rental of tent systems to support local, regional, and nationwide fire suppression efforts, as well as all-hazard incidents and prescribed fire project work. Contractors are required to provide fully operational tent systems that include features such as insulation, climate control, power generation, and necessary amenities for personnel, with a focus on flexibility and rapid deployment during emergencies. This procurement is critical for ensuring effective incident response capabilities and is expected to result in multiple preseason Incident Blanket Purchase Agreements (I-BPAs) with a total estimated value of $10 million over a five-year period. Interested vendors must submit their proposals by April 25, 2025, and can direct inquiries to Kimberly Luft at kimberly.luft@usda.gov or by phone at 720-467-8317.