USDA Forest Service Region 13 Zone 5 Law Enforcement Vehicle Upfitting
ID: 12318725Q0023Type: 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 qualified contractors for the upfitting of law enforcement vehicles in Region 13, Zone 5, under solicitation RFQ 12318725Q0023. The project requires contractors to provide all necessary parts and materials, collect vehicles from designated National Forest locations, and return them after modifications, all in compliance with established national standards for law enforcement vehicles. This initiative is crucial for enhancing the operational readiness of law enforcement within the Forest Service, ensuring that vehicles are equipped with essential emergency equipment and communication systems. Interested small businesses must submit their quotes by November 1, 2024, and direct any inquiries to Drackus Thomas at drackus.thomas@usda.gov or Nicole Green at nicole.green2@usda.gov by October 29, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Forest Service is requesting quotes for law enforcement vehicle upfitting in accordance with established national standards. The solicitation, designated as RFQ 12318725Q0023, outlines the requirement for contractors to provide parts, collect vehicles from specified Forest Service locations, and return them after upfitting, all within 120 days of contract award. Interested contractors must submit their quotes by November 1, 2024, and direct any questions by October 29, 2024. The document specifies that this is a total small business set-aside and provides essential details regarding submission requirements, including a technical proposal, price proposal, and necessary representations and certifications. Evaluation will consider technical capability and past performance alongside price, indicating a balanced approach to decision-making. Moreover, the contractor is expected to adhere to various federal regulations and standards outlined in the procurement process. Attention to quality control, federal service standards, and timelines for delivery are stressed, ensuring compliance with federal law enforcement needs. This project symbolizes the Forest Service's commitment to enhancing operational effectiveness while supporting small business participation in federal contracts.
    The document outlines a work plan for the USDA Forest Service related to law enforcement vehicle modifications within Region 13, Zone 5. It details an acquisition plan for outfitting various vehicles with specific VINs, listed under a structured schedule of items. The period of performance is designated from the date of award until project completion. There are eight vehicles designated for upfitting, all categorized as "each" (EA), with locations specified across California. The vehicles to be modified include several models of Ram Power Wagons and a Chevy Z71, indicating a focus on enhancing law enforcement capabilities by updating their fleet. This initiative illustrates the federal government's effort to support law enforcement operations in forest service activities, emphasizing the procurement process involved in federal grants and RFPs.
    The USDA requires contractor services for upfitting eight law enforcement vehicles for the U.S. Forest Service. This project involves procuring and installing emergency equipment, ensuring vehicles meet operational requirements including emergency lighting, communication systems, and secure prisoner transport. Vendors must provide high-quality installations following specified technical requirements, focusing on functionality and safety. The vehicles involved are new RAM and Chevy models, scheduled for outfitting within 60 days upon delivery of government-furnished equipment. Contractors are responsible for transporting and securely storing vehicles during the process, as well as for any damages that occur while the vehicles are in their possession. Data rights and compliance with Section 508 standards are also mentioned, though specific requirements are not delineated. This RFQ reflects governmental efforts to maintain law enforcement operational readiness through modern, equipped vehicles in line with agency policies and broader safety regulations.
    The document outlines specifications for marking law enforcement vehicles operated by the Forest Service, ensuring visibility and compliance with federal standards. Key mandatory markings include a centered law enforcement badge on both front doors, a green and gold stripe along the vehicle's side, and various decals such as "LAW ENFORCEMENT," American flags, and Forest Service shields placed strategically to enhance visibility. For K-9 units, additional reflective decals alert the public to the presence of police dogs. Window tinting requires supervisory approval, and adjustments to markings can be made for aesthetic symmetry without compromising the design's integrity. Optional roof identification numbers are limited to four characters. Specialty vehicles are encouraged to replicate the standard appearance of marked law enforcement vehicles. Overall, this document serves to standardize vehicle markings across the Forest Service, reflecting commitment to safety and law enforcement visibility during operations.
    The document pertains to a Request for Quote (RFQ) issued by the U.S. Forest Service under the Department of Agriculture, specifically focused on the upfitting of unmarked vehicles. It outlines the protocol for submitting questions about the RFQ, emphasizing that inquiries must be submitted via email and reference the RFQ number. The deadline for question submissions is set for October 29, 2024, at 5 PM EST. This RFQ reflects the Forest Service's commitment to acquiring necessary vehicle modifications to support its operations while ensuring clarity in communication with potential bidders. It is a part of the federal contracting process, contributing to the overall procurement mechanisms of federal and state agencies. The structured approach in the document underscores the importance of adhering to established timelines and protocols in government procurement activities, ensuring transparency and efficiency in the bidding process.
    The United States Department of Agriculture (USDA) Forest Service has issued a Past Performance Questionnaire as part of Request for Proposal #12318725Q0023, related to the upfitting of unmarked vehicles. This document necessitates that contractors provide evidence of their past performance in related projects by filling out the questionnaire, which will serve as a basis for evaluating their experience. Contracting entities must complete the document, which includes sections on contractor identification, evaluation ratings, performance strengths and weaknesses, future hiring consideration, satisfaction assessments, and additional comments. It also incorporates a series of evaluation factors regarding quality of product or service, program management, timeliness, and cost control, rated on a scale of Acceptable, Neutral, or Unacceptable. The focus is on assessing the contractor's ability to meet customer objectives, manage contracts effectively, and maintain cost control, thereby informing the selection process for this procurement. Responses are to be sent directly to the specified Contract Specialist, Drackus Thomas, via email. This questionnaire plays a crucial role in ensuring that selected contractors have a proven track record of relevant experience and satisfactory performance in similar projects.
    The USDA Forest Service is evaluating submissions for Request for Proposal (RFP) 12318725Q0023 regarding emergency vehicle up-fitting. Proposals will be assessed through two primary factors: Technical Proposal and Price. Under the Technical Proposal, assessment will consider Past Performance and Technical Capability, each rated from Acceptable (A) to Unacceptable (U). An acceptable rating for Past Performance indicates the Offeror's ability to perform the requirements with low risk, while Unacceptable suggests a history of unsatisfactory performance. For Technical Capability, an Acceptable rating signifies meeting requirements with little risk, whereas Unacceptable indicates significant deficiencies requiring major revisions. In terms of Price, vendors must provide firm fixed pricing in the designated table and include provisions for pickup and delivery. The overall award will go to the vendor deemed most capable to meet the government's needs satisfactorily while achieving favorable evaluations in Past Performance, Technical Capability, and Price. This document outlines the critical evaluation criteria for offers, reflecting standard practices in federal RFP processes and aims to ensure quality and reliability in service provision for emergency vehicle up-fitting.
    The document outlines equipment specifications and components for the upfit of Dell Rugged Tablets in vehicles, specifically for the Chevrolet Silverado, Tahoe, Suburban, and GMC Sierra, Yukon models. It details the essential items required for installation, including the Dell Rugged Tablet NPT Docking Station with Power Adapter, an Independent Rotation Tablet Display Mount Kit, and an iKey Full Travel Keyboard. Additionally, the document lists a Lind Power Supply Pole Mount and various pole assembly components for mounting purposes. Each item is linked to the manufacturer’s website for further reference. This equipment integration is likely associated with government procurement initiatives aimed at enhancing communication and operational efficiency within vehicles, reflecting the federal and local government's commitment to investing in adaptable and durable technology for public service use. The comprehensive specifications suggest an emphasis on ensuring durability and functionality that meets specific operational needs within the vehicle context.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USDA Forest Service Region 13 Zone 3 Law Enforcement Vehicle Upfiting
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide upfitting services for two law enforcement vehicles, specifically 2024 RAM Power Wagons, to enhance their operational capabilities. The contractor will be responsible for picking up the vehicles, performing necessary modifications to meet federal standards, and delivering them back within a specified timeframe, ensuring compliance with the Forest Service's National Standards and Specifications. This initiative is crucial for maintaining and improving law enforcement readiness within the region, emphasizing the importance of high-quality modifications for safety and operational effectiveness. Quotes must be submitted by October 25, 2024, with a pre-quote question period ending on October 22, 2024. For further inquiries, interested parties can contact Drackus Thomas at drackus.thomas@usda.gov or Nicole Green at nicole.green2@usda.gov.
    23-Four (4) ATV's for Deschutes National Forest COHVOPS
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide four all-terrain vehicles (ATVs) for the COHVOPS program at Deschutes National Forest in Oregon. The procurement requires ATVs with a minimum engine displacement of 700cc, a towing capacity of 1300 lbs, power steering, and features designed for rugged terrain, including a rear rack capacity of at least 180 lbs and a minimum ground clearance of 10.5 inches. These vehicles are essential for trail grooming and maintenance, ensuring safe and efficient operation in challenging outdoor environments. Proposals must be submitted by October 23, 2024, with delivery required within 90 days post-award to Bend, Oregon. Interested vendors can contact Matthew Stephens at matthew.stephens@usda.gov or 541-362-6920 for further information.
    USDA Forest Service All-Hazard Incident Sources Sought
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small business contractors to provide support services for all-hazard incident management, including wildfire suppression and hazardous fuels reduction projects. The procurement aims to identify capable firms that can deliver a variety of services such as food provision, heavy equipment rentals, medical services, and waste management, which are essential for protecting life, property, and natural resources during emergencies. This ongoing Sources Sought Notice serves as a market research tool to inform future procurement strategies and does not constitute a Request for Proposal. Interested parties should contact Kimberly Luft at kimberly.luft@usda.gov or 720-467-8317 for further information and must be registered in the System for Award Management (SAM) to be eligible for future contracts.
    UNITED STATES FOREST SERVICE, INTERMOUNTAIN REGION 4, ROAD AND BRIDGE CONSTRUCTION SERVICES MATOC
    Active
    Agriculture, Department Of
    The United States Department of Agriculture's Forest Service is seeking qualified contractors for the Road and Bridge Construction Services Multiple Award Task Order Contract (MATOC) in the Intermountain Region 4, specifically focused on road and bridge construction and related services. The procurement includes a range of activities such as the repair and construction of various types of roads, bridges, culverts, and aquatic passages, with a total small business set-aside and a minimum of ten contracts anticipated to be awarded. This initiative is crucial for maintaining and enhancing infrastructure within national forests, ensuring both public accessibility and environmental stewardship. Interested vendors are encouraged to participate in scheduled site visits from October 9 to October 17, 2024, to familiarize themselves with the project locations, and must direct inquiries to Paul Larsen at paul.larsen@usda.gov. The full solicitation is expected to be available in fall 2024, with task orders ranging from $2,000 to $3,000,000 and a shared ceiling limit of $50,000,000 for all orders.
    Temporary Office Trailer - Base Year + (4) Option Years
    Active
    Agriculture, Department Of
    The US Department of Agriculture's Forest Service seeks bids for a temporary office trailer, a critical need for its operations in Fillmore, Utah. The trailer must measure no larger than 10' x 38' and will be situated on a dirt lot with electrical hookups. Potential vendors should note that flexibility in office space is welcomed, but the specified size is a firm requirement. Amendment 0001 to the solicitation extends the offer due date to August 23rd, 2024, and successful bidders will deliver and set up the trailer, with the contract running from September 2024 to August 2029. Interested parties should contact Terri Tucker at terri.tucker@usda.gov for further details.
    25--WA Butler Hansen Road Maintainer
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the procurement of a road maintainer for the Julia Butler Hansen Refuge in Washington, under solicitation number 140FGA24Q0027. The procurement aims to acquire a single unit of a road maintainer that meets specific technical requirements, including adjustable wings, a weight exceeding 2,500 pounds, and delivery within 90 days of contract award. This equipment is crucial for maintaining the infrastructure of wildlife refuges, ensuring operational efficiency and safety. Interested small businesses must submit their quotes by October 28, 2024, and should be registered as active vendors in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, vendors can contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or call 703-358-2313.
    UNITED STATES FOREST SERVICE, INTERMOUNTAIN REGION 4, ROAD AND BRIDGE CONSTRUCTION SERVICES MATOC
    Active
    Agriculture, Department Of
    The United States Forest Service, under the Department of Agriculture, is seeking qualified contractors for Road and Bridge Construction Services in the Intermountain Region 4. This procurement is part of a Total Small Business Set-Aside initiative, focusing on highway, street, and bridge construction, with the relevant NAICS code being 237310. The services are crucial for maintaining and improving infrastructure within national forests, ensuring safe access for both the public and forest management activities. Interested parties are encouraged to attend informational meetings scheduled in various locations, including South Jordan, UT, and Boise, ID, with additional details available through provided links. For further inquiries, contact Paul Larsen at paul.larsen@usda.gov.
    Request for Information - VIPR 2025 IBPA Clerical Support Unit - Region 13 National Zone
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking feedback on a draft solicitation for the VIPR 2025 IBPA Clerical Support Unit in Region 13 National Zone. This initiative aims to establish Blanket Purchase Agreements (BPAs) for Clerical Support Units that will assist in fire suppression and all-hazard incidents across the nation, requiring contractors to provide self-contained units capable of significant printing and scanning output under challenging conditions. The agreements are crucial for ensuring operational readiness during emergency responses, with a focus on safety, compliance, and the provision of trained personnel. Interested parties are encouraged to submit their feedback by November 1, 2024, to the primary contact, Jill Leguineche, at amanda.leguineche@usda.gov or by phone at 208-387-5357.
    K-9 Transportation Vehicles
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking quotations for the procurement of four K9 Transportation Vehicles based on the Ford F350 chassis for the U.S. Army Tactical Army Command (TACOM). The vehicles must meet specific technical specifications, including configurations for K9 enclosures, safety equipment, and electrical systems, and are intended for international deployment. This acquisition is categorized as a Brand Name procurement under the Federal Acquisition Regulation (FAR), emphasizing the need for standardization due to existing logistical frameworks. Interested vendors must submit their quotes, including compliance documentation, by the deadline of 4:00 P.M. ECSD on November 15, 2024, to the primary contact, Jack Brothers, at jack.brothers@gsa.gov. Late submissions will not be considered.
    Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services
    Active
    Agriculture, Department Of
    Presolicitation AGRICULTURE, DEPARTMENT OF FOREST SERVICE is seeking Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services in Boise, ID, USA. The service is typically used for inspection, maintenance, repair, inventory management, engineering support, training, and coordination activities to ensure operational readiness for eight (8) Modular Airborne Fire Fighting Systems, second generation (MAFFS II), and associated ground equipment during the wildland fire season and throughout the year. The anticipated response date is 31 March 2024 at 1400 MT. The set aside code is Total Small Business Set-Aside (FAR 19.5). The NAICS code is 488190 – Other Support Activates for Air Transportation. The small business size standard is $40 Million. The Forest Service intends to issue a request for quotes (RFQ) on or around 1 March 2024. The resulting contract will be a firm-fixed priced (FFP), indefinite-delivery, indefinite-quantity (IDIQ) contract with a twelve (12)-month base period and four (4), twelve (12)-month option periods. Interested parties shall submit quotes through e-mail to the Contracting Officer, Gwen Boyle, at Gwendolynn.Boyle@usda.gov. Contractors must be registered and active in the SAM.gov database prior to contract award. All invoices for this procurement shall be submitted through the Department of Treasury’s Internet Payment Platform (IPP). For further information, please contact Gwen Boyle at Gwendolynn.Boyle@usda.gov.