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
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    R5 LEI Outerwear Ballistic Carrier Vests
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking quotes from qualified small businesses for the procurement of Outerwear Ballistic Carrier Vests for its Law Enforcement and Investigation unit in the Pacific Southwest Region. The solicitation, identified as 127EAT26Q0014, requires custom-made outer carrier vests constructed from OD Green 1000 Denier Cordura nylon, featuring specific pocket configurations and distinctive markings, with a total of 140 vests to be supplied. This procurement is critical for equipping law enforcement personnel with the necessary protective gear, and proposals must be submitted by December 16, 2025, at 12:00 PM Pacific Time to Fareedah Vaughn at fareedah.vaughn@usda.gov, with questions due by December 8, 2025. Interested contractors must be registered in the System for Award Management (SAM) and provide detailed documentation as outlined in the solicitation.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Viavi CX300 Service Monitors
    Agriculture, Department Of
    The USDA Forest Service is seeking quotes for the procurement of Viavi CX300 Service Monitors, or equivalent, under a firm-fixed-price, small business set-aside contract. The solicitation outlines specific requirements, including a broad frequency range of 100 kHz to 3 GHz, high accuracy, and various spectral purity specifications, ensuring the monitors meet rigorous government standards for communication equipment. These service monitors are critical for effective communication and operational efficiency within the Forest Service, particularly for fire management and other field operations. Quotes are due by December 15, 2025, at 5:00 PM ET, and interested vendors must submit questions by December 12, 2025, to the primary contact, Cori Gonzales, at corrine.gonzales@usda.gov.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    F550 Retrofitting
    Homeland Security, Department Of
    The United States Secret Service (USSS) is conducting a Request for Information (RFI) to identify potential vendors for retrofitting F-550 Ford Super Duty vehicles into Mobile Command Vehicles. The retrofit will involve significant modifications, including the installation of a rear conference room, upgraded HVAC systems, leveling jacks, a telescopic mast with a camera system, enhanced emergency lighting, and a comprehensive communication and computer network system. This initiative is crucial for enhancing operational capabilities during protective and investigative missions. Interested parties are encouraged to submit their responses by December 30, 2025, and may contact Aisha Collins or Jade Gaston via email for further inquiries.
    Region 01 Tree Planting Services
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for tree planting and associated services across Region One, which includes Montana and Northern Idaho. The procurement aims to secure high-quality tree planting, shrub/native planting, and related services to ensure maximum stock survival and prompt reforestation on lands affected by disturbances such as fire, insects, or harvesting. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will cover various national forests and the Bureau of Land Management's Missoula Office, divided into four distinct pods with specific requirements for planting and additional services. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.
    FSR 535/536 Recondition & Resurfacing - Coconino NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the reconditioning and resurfacing of approximately 4.00 miles of FSR 535 and the replacement of six culverts on FSR 535 and FSR 536 in the Coconino National Forest near Flagstaff, Arizona. The project aims to enhance road safety and accessibility, which is crucial for forest management and public use. The estimated contract value ranges from $250,000 to $500,000, with proposals due by January 9, 2026, at 15:30 local time. Interested bidders can reach out to Blaine Greenwalt at blaine.greenwalt@usda.gov for further inquiries.
    Hot Food Delivery Service for Wildland Fire Response (RFI)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for a Hot Food Delivery Service to support wildland fire response efforts. This Request for Information (RFI) aims to gather insights on the capabilities of potential contractors to provide hot food transportation services, including necessary staffing, equipment, and pricing estimates. The service is critical for ensuring that personnel engaged in fire suppression and related activities receive adequate meals during operations in remote locations. Interested vendors must respond to the RFI by February 17, 2026, and can direct inquiries to primary contact Donald Keever at Donald.Keever@USDA.gov or secondary contact Jarrod Simontacchi at jarrod.simontacchi@USDA.gov. This opportunity is set aside for small businesses under the SBA guidelines.