LE Vehicle Upfit-NWRS NM and AZ
ID: 140FS225Q0044Type: Solicitation
AwardedJan 31, 2025
$24.9K$24,861
AwardeeNEW MEXICO EMERGENCY PRODUCTS, LLC 3211 UNIVERSITY BLVD SE STE C ALBUQUERQUE NM 87106 USA
Award #:140FS225P0074
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Motor Vehicle Electrical and Electronic Equipment Manufacturing (336320)

PSC

MODIFICATION OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (K023)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals for the upfitting of two law enforcement vehicles designated for the LR2 Division in Albuquerque, NM, and Tucson, AZ. The project involves installing specialized equipment and modifications to ensure the vehicles meet law enforcement operational standards, including advanced communication systems and safety features. This procurement is crucial for enhancing the functionality and safety of law enforcement operations in these regions. Proposals are due by 5:00 PM Eastern Time on January 23, 2025, and interested vendors must submit their itemized price proposals to Darla Freyholtz at darla_freyholtz@fws.gov, ensuring compliance with federal wage determinations and small business participation requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for upfitting two Chevy trucks according to law enforcement standards, detailing the installation of various vehicle components. Key elements include the installation of radio-ready wiring compatible with APX 8500 VHF radios and a customer-provided satellite radio system, as per Bureau of Land Management (BLM) guidelines. A custom modular wiring harness will ensure optimal functionality, allowing ease of servicing and preventing vehicle damage. Additional features specified include 360° front and rear intersection lights, high-intensity LED lights, a console for housing law enforcement equipment, an electronic siren controller, and weatherproof headlight flashers for enhanced visibility. Tailgate strip lighting with programmable capabilities, a secure vertical gun mount with hidden lock buttons, and a programmable battery saver with a master kill switch also comprise vital installations. Lastly, the addition of a 5G cell phone booster with a permanent external antenna is included to improve communication capabilities. Overall, the document serves as a detailed request for proposals (RFP) aimed at obtaining services to ensure that the vehicles meet stringent law enforcement operational standards while enhancing functionality and safety for officers on duty.
    The U.S. Department of Labor's Wage Determination No. 2015-5443 outlines wage requirements for federal contracts subject to the Service Contract Act. It establishes minimum wage rates based on Executive Orders 14026 and 13658, applicable to contracts initiated or renewed after specific dates. The minimum wage varies, with a requirement of at least $17.75 per hour for contracts after January 30, 2022, and at least $13.30 per hour for those awarded between January 1, 2015, and January 29, 2022. The document details wages for a wide range of occupations in New Mexico, including administrative, automotive, healthcare, and technical positions, along with mandated fringe benefits like health and welfare contributions, paid time off, and sick leave under Executive Order 13706. It provides guidance on conformance processes for unlisted job classifications and outlines employee protections. This comprehensive wage determination aims to ensure fair compensation in federal contracting and compliance with labor standards, thereby protecting workers' rights and reflecting the government's commitment to labor equity and social responsibility.
    The document details the wage determination under the Service Contract Act, outlining minimum wage requirements and guidelines for contractors in Pima County, Arizona. It specifies that contracts awarded on or after January 30, 2022, must adhere to Executive Order 14026, which mandates a minimum wage of $17.75 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is $13.30 per hour unless a higher rate applies. The document includes an extensive table of occupation codes, titles, and corresponding wage rates, along with a note on required fringe benefits, such as health and welfare payments and paid sick leave provisions under Executive Order 13706. Workers receive health benefits of $5.36 per hour up to 40 hours weekly and paid vacation and holidays. The document also outlines processes for classifying new job roles not listed in the wage determination and emphasizes compliance for services involving hazardous work. Overall, it serves as a comprehensive guide for contractors to ensure adherence to wage standards and labor protections under federal contracts.
    The U.S. Fish and Wildlife Service has issued a Request for Quotation (RFQ NO: 140FS225Q0044) for vehicle upfits required for the LR2 Division of Refuge Law Enforcement in Albuquerque, NM, with proposals due by 5:00 PM Eastern Time on January 23, 2025. This contract opportunity is designated for small businesses, adhering to the NAICS code 336320, which pertains to Motor Vehicle Electrical and Electronic Equipment Manufacturing. Interested vendors must submit an itemized price proposal via email to Darla Freyholtz, with adherence to specific instructions. Evaluation will consider specifications conformity, pricing, vendor past performance, location, and delivery time, allowing the government to prioritize technical quality over bid price. Successful bidders must register as active vendors on the System for Award Management (SAM) and submit payment requests electronically through the Treasury's Invoice Processing Platform (IPP). Questions regarding the RFQ are encouraged to be directed to the provided email, and responses may be shared with all interested contractors. This solicitation underscores the government's focus on ensuring competitive pricing and effective vendor engagement in its procurement processes.
    The document outlines a U.S. government Request for Proposal (RFP) regarding the upfitting of two LR2 Division of Law Enforcement vehicles, specifically for locations in Tucson, AZ, and Albuquerque, NM. The government intends to award a firm fixed-price purchase order by January 29, 2025, with a delivery deadline of May 30, 2025. The procurement falls under NAICS code 336320, with a small business size standard of 1,000 employees. Darla Freyholtz is the Contacting Officer, while Frank Montoya serves as the technical point of contact. Clauses governing this contract include various Federal Acquisition Regulation (FAR) provisions, emphasizing compliance with labor laws, electronic invoicing, and contractor integrity. The document stresses the importance of small business participation, identifying several classifications including Service-Disabled Veteran-Owned and Economically Disadvantaged Women-Owned Small Businesses, among others. In addition, it outlines the contractor's responsibilities regarding compliance with wage determinations and the prohibition of contracting with entities involved in certain telecommunications practices. Overall, this RFP aims to ensure a transparent and regulated process for the upfitting of specialized government vehicles, promoting efficiency, fairness, and compliance with federal standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide and install a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wetland Management District in North Dakota. The procurement includes specific requirements such as a pump package with various components, compliance with NFPA standards, and a completion timeframe of nine to twelve months post-award. This opportunity is crucial for enhancing firefighting capabilities in the region, ensuring that the fire truck is equipped with the necessary tools for effective emergency response. Interested vendors must submit their quotes by December 22, 2025, at 5:00 pm EST, to Khalilah Brown at khalilahbrown@fws.gov, with evaluations based on technical expertise and past performance.
    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.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    Y--AK SAIC ANCHORAGE HYDRATION STATION
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the installation, ensuring compliance with local building codes and federal regulations, with a construction magnitude of less than $25,000. This installation is crucial for enhancing operational efficiency and ensuring access to hydration for personnel at the facility. Interested small businesses must acknowledge receipt of amendments and submit proposals by the specified deadlines, with the completion date for the project set for January 23, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
    CA-LODI FISH AND WILDL-NOTUS EQUIPMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a Notus Omni Portable Trawl Hydrophone and a Notus Command Unit, essential equipment for the EDSM Trawl Mensuration Study. The hydrophone, with specific technical requirements, and the command unit are critical for effective trawling operations, enabling wireless communication with trawl sensors. Interested vendors must submit their Firm Fixed Price quotes by 10:00 AM on December 17, 2025, via email to Carter Duke at carterduke@fws.gov, with the anticipated award date set for one day after the solicitation closes. All submissions must comply with federal acquisition regulations and include delivery to Lodi, CA, within 30 days of order receipt.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    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.
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of one outboard motor, specifically a Mercury Marine 150XL FourStroke or an approved equivalent, as part of a Total Small Business set-aside initiative. The motor, which is critical for operations at the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana, must meet specific technical specifications, including a 150 horsepower output and Smartcraft compatibility, among others. Interested vendors are required to submit their quotes by December 19, 2025, with delivery expected by February 2, 2026, and must ensure compliance with all outlined specifications to demonstrate equivalency. For further inquiries, vendors can contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.