J--MN-MN VALLEY NWR-TRUCK UPFITTING
ID: 140FS225Q0083Type: Solicitation
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

MAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (J023)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 12, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 7:00 PM UTC
Description

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 dana_arnold@fws.gov or call 703-468-8289.

Point(s) of Contact
Files
Title
Posted
Apr 15, 2025, 6:06 PM UTC
The document outlines the upfitting requirements for a 2024 RAM 3500 Regular Cab 4X4 vehicle, specifying compliance with Department of Transportation (DOT) regulations and vehicle warranty preservation. It mandates the use of commercially available products and requires proposals to encompass all associated labor and parts costs. Key components for installation include: 1. **Customer-Provided Rugby Dump Body**: Contractors are tasked with installation, wiring, securing the filler neck extension, and supplying a compatible hoist operable from the cab. 2. **Truck Accessories**: This includes the installation of DOT-compliant mudflaps and mounting a backup camera supplied by the OEM. 3. **Rear Hitch**: The plate-style hitch must include safety D-rings, support a towing capacity of at least 20,000 lbs., and feature an RV-style trailer wire receiver. All installations must adhere to manufacturer instructions and undergo a final inspection for compliance. Proposals must provide warranty details for all components and labor. The purpose of the document is to detail the requirements for contractors responding to this federal request for proposals (RFP), ensuring thorough adherence to safety and quality standards in vehicle upfitting.
Apr 15, 2025, 6:06 PM UTC
The document outlines the upfitting requirements for a 2024 RAM 3500 Regular Cab 4x4 vehicle, focusing on the installation of specific components in accordance with governmental and safety standards. Key requirements include compliance with Department of Transportation (DOT) regulations and ensuring that installations do not void the vehicle's warranty. The proposal must include all labor and parts necessary for installation. The primary components to be installed are a Rugby Dump Body, which the customer will supply, along with all required wiring and associated installations performed by the contractor. The installation must include a hoist operable from the cab, meeting specific performance standards. Moreover, truck accessories like mudflaps and an OEM backup camera, as well as a rear hitch designed for high towing capacity, must be installed with compliance to safety regulations. All work must be done by qualified personnel, with a final inspection mandated to ensure adherence to DOT guidelines. Offerors are required to provide warranty information for the components and labor as part of their proposals. The document serves as a formal Request for Proposals (RFP) aimed at ensuring compliant and quality upfitting of municipal vehicles in alignment with federal and state standards.
Apr 15, 2025, 6:06 PM UTC
Apr 15, 2025, 6:06 PM UTC
This document outlines the requirements for a Technical Experience & References form, essential for offerers to participate in federal government RFPs. It mandates that all submissions include details of up to three relevant projects that demonstrate the offerer's experience, particularly in areas akin to the Statement of Work. Each reference must include the type of contract, total contract value, agency or firm served, and contact information for a reference person, along with the project timeline and a brief description of duties performed. This information is critical for assessing the qualifications of bidders in procurement processes. Submissions must be sent to Dana Arnold via email by the specified deadline in the solicitation. The clear structure aims to streamline the evaluation of technical qualifications in response to government solicitations.
Apr 15, 2025, 6:06 PM UTC
The document pertains to a solicitation amendment for Truck Upfitting services at the Minnesota Valley National Wildlife Refuge (MN VLY NWR) under solicitation number 140FS225Q0083. The amendment includes revisions to the Statement of Work (SOW) and changes the bids due date from March 25, 2025, to March 26, 2025. The project spans from April 4, 2025, to July 31, 2025. Offerors are required to submit their quotes via email to the contracting officer, Dana Arnold, along with various supporting documentation, including a completed SF 1449 form, technical capabilities narratives, price quotes, and information regarding past experience and performance. Evaluation criteria for the bids will consider technical capabilities, lead times, past performance, and pricing, with an emphasis on the technical aspects over cost. Additionally, provisions outline the need for compliance with federal regulations concerning telecommunications equipment, minority business designations, and other contractual obligations. The document aligns with federal procurement processes, aiming for equitable competition and effective execution of government contracts.
Apr 15, 2025, 6:06 PM UTC
The document constitutes an amendment to solicitation 140FS225Q0083 concerning truck upfitting services for the Minnesota Valley National Wildlife Refuge (MN VLY NWR). It outlines crucial changes to contract terms, including updates to the offeror representations and certifications per the latest federal regulations. Offerors must submit acknowledgment of the amendment by specified methods before the proposal deadline, which is set for March 26, 2025. Key evaluation criteria for contractor selection will include technical capabilities, experience, lead time post-order, and pricing—where technical merit outweighs costs. The solicitation emphasizes compliance with various provisions related to telecommunications equipment, sustainability, and socio-economic business criteria, such as small business status. All terms not specifically amended remain in effect, and the proposal must demonstrate the contractor's understanding of requirements and include relevant past performance references. This amendment illustrates the federal government’s commitment to ensuring compliance and efficiency in service contracts, guiding potential contractors through the required documentation and evaluation process.
Apr 15, 2025, 6:06 PM UTC
The document pertains to the amendment of solicitation number 140FS225Q0083, issued by the U.S. Fish and Wildlife Service for truck upfitting at Minnesota Valley National Wildlife Refuge. The primary purpose of this amendment is to dissolve the small business set aside and extend the quote due date to April 22, 2025. The contractor must acknowledge receipt of this amendment to ensure their bid is considered. Suppliers interested in bidding must submit a variety of documents, including a completed Standard Form 1449, company information, signed amendments, technical capabilities narrative, lead time after order receipt, technical experience with relevant projects, and pricing quotes. The evaluation of submissions will focus on technical capabilities, lead time, past performance, and price, with an emphasis on the offeror's understanding of the project requirements. Furthermore, specific provisions and certification regarding telecommunications and video surveillance services, as well as compliance with federal regulations regarding federal contracting, are required. The document details requirements for representations and certifications related to various business classifications (like small business, veteran-owned, etc.) and mandates information on any federal tax issues. Overall, this solicitation provides a structured process for technical and commercial bids for enhancing government services while ensuring compliance with federal laws.
Apr 15, 2025, 6:06 PM UTC
The document outlines a Request for Quotation (RFQ) for truck upfitting services at the Minnesota Valley National Wildlife Refuge (NWR). Specifically, the RFQ invites submissions from qualified bidders to provide a firm-fixed-price quote for the necessary modifications according to the provided statement of work. Interested parties must submit their quotations via email by March 25, 2025, and include specific company information, a completed SF 1449 form, technical capabilities, lead time after receipt of order, past performance references, and pricing details. Key criteria for evaluation include the offeror's technical understanding, previous relevant experience, capacity to meet deadlines, and price competitiveness. The document also emphasizes the requirement for vendors to be registered in the System for Award Management (SAM) and provides sections on various federal procurement regulations and clauses that will govern the contract. Notable inclusions are provisions regarding small business status, payment terms, and reporting obligations related to telecommunications and video surveillance services. This RFQ demonstrates the federal government's approach to ensuring compliance, transparency, and accountability in the procurement process, while also promoting opportunities for small businesses.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Steel Utility Truck Bed Purchase & Install
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting 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 providing a durable and functional truck bed that meets specific technical requirements, including safety features and structural integrity. This initiative is crucial for supporting the Forest Service's operational needs, ensuring compliance with federal regulations, and maintaining efficient service delivery. Interested contractors must submit their proposals by April 30, 2025, and can direct inquiries to Megan Allaire at megan.allaire@usda.gov or Tracy Doud at Tracy.Doud@usda.gov.
Region 4 Heavy Equipment Maintenance and Repair BP
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment maintenance and repair services across Region 4, which includes states such as Alabama, Florida, and Tennessee, as well as U.S. territories like Puerto Rico and the U.S. Virgin Islands. The procurement aims to secure comprehensive repair and maintenance services for various heavy equipment, including trucks and cranes, with specific tasks encompassing diagnostics, fluid services, and parts replacement. This BPA is crucial for ensuring the operational readiness of essential equipment used in wildlife management and conservation efforts, with a total ceiling of $12 million for all awards and individual call limits set at $7.5 million. Interested vendors must submit their proposals, including a signed form 1449 and confirmation of certified mechanics, by the specified deadlines, and can contact Sarah DeLawder at Sarahdelawder@fws.gov or (304) 876-7429 for further information.
PURCHASE AND INSTALL OF MULTIPLE COMPONENTS ON A 2024 RAM 3500
Buyer not available
The General Services Administration (GSA) is seeking quotes for the purchase and installation of multiple components on a 2024 RAM 3500, specifically under GSA Requirement Number FTWMCCG63A231001. This procurement involves detailed specifications for components such as a front winch, utility body, and additional storage features, all of which must comply with manufacturer warranties and adhere to EPA and OSHA standards. The selected vendor will be responsible for ensuring all work meets industry standards and will be evaluated based on a lowest price technically acceptable (LPTA) basis. Interested vendors must submit their itemized quotes by May 6, 2025, and can contact William Hofmann at william.hofmann@gsa.gov for further information. The project is set aside for small businesses under NAICS code 811111, emphasizing the importance of compliance with federal regulations and local labor standards.
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, ensuring that the vehicle meets specific technical and safety standards as outlined in the Request for Proposal (RFP). This initiative is part of the government's broader efforts to modernize its fleet and improve service delivery. Interested vendors must submit their proposals by April 30, 2025, at 1700 ET, and can direct inquiries to Megan Allaire at megan.allaire@usda.gov or Tracy Doud at Tracy.Doud@usda.gov.
CGB-150 Ford Transit Vans Retrofitting
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking quotations for the retrofitting of two Ford Transit Vans to enhance their functionality for environmental compliance tasks. The project aims to provide secure shelving and storage compartments to effectively manage cargo and equipment, ensuring safety and operational efficiency during field sampling and transport activities. This procurement is a 100% small business set-aside, with a focus on durable cargo management solutions, chemical-resistant work surfaces, and temperature control insulation. Interested contractors must submit their quotes by May 7, 2025, and can contact Rashayla Brown at rbrown@usbr.gov or 916-978-5291 for further information.
J--ID-MINIDOKA NWR-REPLACING BOAT ENGINE
Buyer not available
The U.S. Department of the Interior, specifically the Fish and Wildlife Service, is seeking quotations for the repair and overhaul of a 2001 JetCraft boat at the Minidoka National Wildlife Refuge in Rupert, Idaho. The project involves replacing the boat's engine with a modern KEM 6.2L V8, overhauling the decking, upgrading electrical systems, and inspecting critical components to ensure operational reliability and safety. This refurbishment is crucial for maintaining the vessel's effectiveness in supporting wildlife conservation efforts. Interested vendors must submit their quotes by April 30, 2025, with the anticipated completion date for the work set for March 31, 2025. For further inquiries, potential bidders can contact Tanner Frank at tannerfrank@fws.gov.
J--R6 - Vehicle Repair/Maint BPA setup
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for vehicle repair and maintenance services across Region 6, which includes Montana, Wyoming, North Dakota, South Dakota, Kansas, Nebraska, Colorado, and Utah. The procurement encompasses a wide range of services, including diagnostics, fluid services, electronics, and engine maintenance, with a focus on ensuring that vendors can provide certified mechanics and necessary repair parts. This BPA, valid from May 1, 2025, to April 30, 2035, aims to facilitate efficient vehicle maintenance for government operations while reserving 20% of awards for small businesses. Interested vendors must submit their proposals, including a signed form and hourly labor rates, to Robert Sung at robertsung@fws.gov by the specified deadlines to be considered for this opportunity.
PURCHASE AND INSTALL OF MULTIPLE COMPONENTS ON A 2023 FORD F350
Buyer not available
The General Services Administration (GSA) is seeking quotes for the purchase and installation of multiple components on a 2023 Ford F350 vehicle, specifically under solicitation number FTWMCCG632064Z01. This procurement includes essential components such as a winch, utility body, lighting systems, and hitch requirements, with all work to be performed in compliance with EPA and OSHA standards. The contract is set aside for small businesses and is a firm fixed-price agreement, with quotes due by May 6, 2025, and a delivery deadline of 120 days after order receipt. Interested vendors should contact William Hofmann at william.hofmann@gsa.gov or 682-350-7832 for further details and ensure their registration in the System for Award Management (SAM) prior to submission.
PURCHASE AND INSTALL OF MULTIPLE COMPONENTS ON A 2023 FORD F350
Buyer not available
The General Services Administration (GSA) is seeking qualified vendors to purchase and install multiple components on a 2023 Ford F350 vehicle, specifically targeting small business contractors. The project entails the installation of a front winch, utility body with various compartments, hitch, and electrical components, all of which must comply with federal standards, including EPA and OSHA regulations. This procurement is crucial for maintaining the operational readiness of government vehicles, ensuring they are equipped with necessary enhancements for functionality and safety. Interested vendors must submit detailed quotes by May 6, 2025, including a breakdown of parts and labor costs, and must be registered in the System for Award Management (SAM). For further inquiries, vendors can contact William Hofmann at william.hofmann@gsa.gov or by phone at 682-350-7832.
R6 - Heavy Equipment BPA setup, repair/maint
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment repair and maintenance services across Region 6, which includes states such as Montana, Wyoming, and Colorado. The BPA will cover a wide range of services, including diagnostics, repairs, and parts replacement for heavy equipment, with a total ceiling amount of $12 million over a ten-year period, and aims to allocate 20% of awards to small businesses. This procurement is critical for maintaining the operational efficiency of the agency's equipment, ensuring that essential repairs and maintenance are conducted in a timely manner. Interested vendors must submit a signed form 1449, a statement of capability, and their hourly labor rates, with the contract period set to commence on May 1, 2025, and run through April 30, 2035. For further inquiries, vendors can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.