MN-MN VALLEY NWR-TRUCK UPFITTING
ID: 140FS225Q0083Type: Solicitation
AwardedApr 25, 2025
$8.8K$8,795
AwardeeCRYSTEEL TRUCK EQUIPMENT INC 52248 EMBER RD Lake Crystal MN 56055 USA
Award #:140FS225P0121
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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    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.
    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.
    MN VALLEY DEBRIS BLOWER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the procurement of a debris blower for the Minnesota Valley National Wildlife Refuge. The required debris blower must feature a 24.6 hp gas engine, a high-efficiency axial flow fan, and a handheld wireless RF controller, among other specifications, with a delivery date set for March 1, 2026. This equipment is crucial for maintaining the refuge's landscape and ensuring the health of its ecosystems. Interested small businesses must submit their quotations by December 22, 2025, to Jeremy Riva at jeremyriva@fws.gov, with the award based on best value considerations including specifications compliance, past experience, and price.
    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--OR-WILLAMETTE VLY NWR-EXCAVATOR GRAPPLE
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to provide a 3X4 Hydraulic Dangle Head Rotating Grapple for the William L. Finley National Wildlife Refuge in Corvallis, Oregon. This procurement is a total small business set-aside and requires the grapple to meet specific salient characteristics, including compatibility with a Volvo EC140E Excavator, and to be delivered within 90 days of contract award. The grapple will be utilized for forestry, logging, and land-clearing operations, highlighting its importance in maintaining the refuge's ecological integrity. Quotes are due by December 22, 2025, and must be submitted to Marshall Richard via email; interested parties must also be registered with SAM.gov to be eligible for consideration.
    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.
    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.
    CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a firm-fixed-price contract to supply one outboard motor specifically designed for law enforcement patrol boats operating in Montana's lakes and rivers. The procurement requires a 200 hp, 4-stroke, V6 outboard motor with specific features such as Smartcraft compatibility and an 85 amp alternator, along with necessary installation components and labor for the motor replacement. This acquisition is a 100% Total Small Business set-aside, emphasizing the importance of the motor for effective law enforcement operations in diverse water conditions. Quotes are due by January 2, 2026, at 5:00 PM EST, and interested vendors should contact Khalilah Brown at khalilahbrown@fws.gov for further details.
    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.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.