Vehicle Upfitting for Pentagon Police
ID: SH081820251141Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Motor Vehicle Electrical and Electronic Equipment Manufacturing (336320)

PSC

ELECTRIC VEHICULAR LIGHTS AND FIXTURES (6220)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services (WHS), is conducting market research to identify qualified businesses for vehicle upfitting services for the Pentagon Force Protection Agency's (PFPA) Pentagon Police Division. The procurement involves comprehensive maintenance, installation, and de-installation of law enforcement equipment in 20-30 law enforcement vehicles and 15-25 staff vehicles annually, including emergency lighting, communication systems, and protective equipment. This initiative is crucial for maintaining operational readiness and ensuring the safety and effectiveness of law enforcement operations at the Pentagon. Interested parties must submit detailed capability statements by October 30, 2025, and can contact Yolnie Merriweather at yolnie.t.merriweather.civ@mail.mil or 703-545-2750 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of War's Washington Headquarters Services Acquisition Directorate has issued a Sources Sought Notice (AMI No. SH081820251141) for vehicle upfitting services for the Pentagon Force Protection Agency's (PFPA) Pentagon Police Division. This notice seeks to identify qualified businesses capable of installing and de-installing various law enforcement equipment in 20-30 law enforcement vehicles and 15-25 staff vehicles annually. The services include emergency lighting, communication equipment, computer systems, storage solutions, protective equipment, electrical wiring, GPS tracking, and video recording systems. The anticipated NAICS code is 336320, and the PSC code is 6220. Responses, including detailed capability statements, are due by October 30, 2025, and will inform the government's acquisition strategy, potentially leading to a small business set-aside. A draft Statement of Work is attached, and a site visit will be held upon solicitation release.
    This Blanket Purchase Agreement (BPA) outlines the requirements for vehicle upfitting services for the Pentagon Force Protection Agency (PFPA). The contractor will provide comprehensive maintenance, installation, and de-installation of law enforcement equipment for specialized vehicles used by the Pentagon Police Division. Services include emergency lighting, communication systems, computer mounts, storage solutions, protective equipment, and vehicle graphics. The BPA emphasizes adherence to manufacturer specifications, industry best practices, and regulatory compliance. The contractor must operate a facility within 25 miles of the Pentagon and provide transport services for 25-50 vehicles annually. The period of performance is five years, and the contract type is Firm Fixed Price. Key objectives include maintaining operational readiness, ensuring timely service, and upholding quality control and assurance standards. The contractor is also responsible for physical security of government property and ensuring employees undergo NCIC background checks.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    8(a) Contract Security Officer (CSO) Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking potential sources for an 8(a) Contract for Security Officer (CSO) Services to support the Pentagon Force Protection Agency (PFPA). The objective of this procurement is to ensure that security posts are adequately staffed, patrolled, and inspected, while maintaining the security of Entry Control Points (ECP) to prevent unauthorized access and ensure the safety of personnel within the National Capital Region, predominantly on the Pentagon Reservation. This contract is critical for delivering high-quality security and first-responder services that align with the PFPA's mission of protection and security. Interested parties can reach out to Yolnie Merriweather at yolnie.t.merriweather.civ@mail.mil or call 703-545-2750 for further information regarding this opportunity.
    Roof Fall Protection Systems Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for Roof Fall Protection Systems Services at the Pentagon. This contract encompasses the inspection, repair, and certification of existing fall protection systems, including Horizontal Lifeline (HLL) and Beam and Trolley (B&T) systems, with a focus on ensuring compliance with stringent safety regulations and federal building codes. The contract will be structured as a Firm-Fixed-Price (FFP) with optional Indefinite-Delivery Indefinite-Quantity (IDIQ) provisions for repairs, and it is crucial for maintaining safety standards within the Pentagon's operational environment. Interested vendors must attend a mandatory site visit on December 4, 2025, submit questions by December 10, 2025, and provide completed proposals by January 7, 2026. For further inquiries, vendors can contact Keisha Simmons at keisha.simmons@whs.mil or Bianca Betancourt at bianca.l.betancourt.ctr@mail.mil.
    Facility Logistics Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified contractors to provide Facility Logistics Services at the Pentagon in Washington, DC. The procurement aims to enhance logistical support and management services essential for the efficient operation of the facility. These services are critical for maintaining the functionality and readiness of defense operations within the Pentagon. Interested parties should contact Francisco Fernandez at 703-801-7965 or via email at francisco.fernandez14.civ@mail.mil for further details, as this opportunity is set aside for 8(a) competitors under NAICS code 561210, with a focus on facilities support services.
    Mobile Tactical Command Vehicle (TCV) Warranty Plan
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award a sole-source contract to Nomad Global Communication Solutions, Inc. for the Mobile Tactical Command Vehicle (TCV) Warranty Plan. This procurement includes a five-year Platinum Warranty Plan, annual inspections, advanced replacement coverage, field technician travel, and integrated IT and communications support services, specifically for the Pentagon Force Protection Agency's TCVs. The selected vendor, being the original manufacturer, is uniquely positioned to provide these services without compromising the warranty or system integrity. Interested parties can reach out to Yolnie Merriweather at yolnie.t.merriweather.civ@mail.mil or by phone at 703-545-2750 for further inquiries.
    FIRE TRUCK MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    F550 Retrofitting
    Buyer not available
    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.
    Mobile Federal Law Enforcement Enterprise Technical Service (MFLEETS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide comprehensive technical services for the Mobile Federal Law Enforcement Enterprise Technical Service (MFLEETS) program at JBSA Ft Sam Houston, Texas. The contractor will be responsible for delivering personnel, equipment, and services necessary for mobile computing, in-car video systems, data storage, and real-time monitoring of law enforcement activities, all while adhering to FedRAMP Level 5 accreditation standards. This initiative is crucial for enhancing the secure collection, review, and distribution of video evidence at military installations, ensuring interoperability among law enforcement applications and mobile devices. Interested parties can contact Ralph M. Bowie at ralph.m.bowie.civ@army.mil or call 210-466-2219 for further details.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Information Management and Technology (IM&T) support services. The contract will focus on three primary areas: Program and Project Management, Software Development and Sustainment, and Data Management and Business Intelligence, aimed at modernizing digital infrastructure and business systems to enhance global Security Cooperation efforts. This initiative is critical for managing IT initiatives, developing software, integrating systems, and providing advanced analytics to support mission-driven decision-making. Interested firms must submit capability statements by December 31, 2025, at 1:00 PM EDT, via email to the primary contact, Darrell Joy, at darrell.l.joy2.civ@mail.mil, or the secondary contact, Anaya Porter, at anaya.a.porter.civ@mail.mil.
    Shuttle Services BPA
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for shuttle services under a Blanket Purchase Agreement (BPA) set aside for women-owned small businesses. The procurement aims to establish a five-year contract, with a maximum value of $5,000,000, to provide transportation services for employees within a 50-mile radius of the Carderock Division Headquarters in West Bethesda, Maryland, from January 1, 2026, to January 1, 2031. The contractor will be responsible for supplying a 15-passenger vehicle, a licensed and uniformed driver, fuel, maintenance, and necessary operating supplies, while adhering to specific safety and reporting requirements. Interested vendors must submit their quotes by December 15, 2025, at 12 PM EST, to Steven Besanko at steven.besanko@navy.mil, and will be evaluated based on a lowest price technically acceptable (LPTA) basis without discussions.
    Project CL25302001, Various Vehicle Parts
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking potential suppliers for a Long-Term Contract (LTC) involving various vehicle parts, specifically six National Stock Numbers (NSNs) related to vehicular components. The procurement includes items such as vehicular doors, cab assemblies, and interior vehicle panels, which are critical for maintaining military vehicle functionality and safety. Interested vendors are required to complete and submit a Market Research Questionnaire and Spreadsheet by December 12, 2025, to Camerson Siebeneck at camerson.siebeneck@dla.mil, with further details and specifications available through the provided links to drawings and documents.