Vehicle Wrap and Installation
ID: H9224025QE013Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)NAVAL SPECIAL WARFARE COMMANDSAN DIEGO, CA, 92155-5583, USA

NAICS

Other Motor Vehicle Parts Manufacturing (336390)

PSC

MOTOR VEHICLE MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4910)

Set Aside

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

    The Department of Defense, through the Naval Special Warfare Command, is soliciting proposals for the design and installation of vehicle wraps for two specific vehicles: a 2019 Ford F350 and a 2021 Chevy Suburban. The objective is to enhance visibility and promote Naval Special Warfare at outreach events, utilizing heavy-duty, UV-laminated vinyl wraps that must last a minimum of three years. This procurement is particularly significant as it aligns with federal goals to support small businesses, specifically women-owned small businesses, while fulfilling the operational needs for promotional visibility within the Naval Special Warfare community. Interested contractors must ensure they are registered in the System for Award Management (SAM) and submit their proposals by the deadline, with a total budget cap of $32,500 for the project and a delivery timeline of 60 days from contract award. For further inquiries, potential offerors can contact Ava Groll at ava.s.groll.civ@socom.mil or Meredith Howes at meredith.howes.2@socom.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Special Warfare Assessment Command (NSWAC) is seeking proposals for vehicle wraps for two vehicles—a 2019 Ford F350 and a 2021 Chevy Suburban—to enhance visibility and promote Naval Special Warfare during outreach events. The wraps will utilize heavy-duty, UV-laminated vinyl, guaranteed for a minimum of three years, and must comply with visibility regulations. The total budget for this effort is capped at $32,500 to cover both the printing and installation of the wraps. The contractor must ensure security measures for nonpublic government data and manage access to military installations as required. Moreover, any use of trademarks associated with Naval Special Warfare in promotional materials is strictly prohibited. Delivery is expected within 60 days from the contract award, with quality assurance inspections conducted by the government to ensure compliance with the contract terms. This RFP reflects a consistent need for promotional materials supporting the naval branch’s public engagement efforts.
    The document outlines a request for proposals (RFP) for design and installation services related to vehicle wraps for specific models of trucks. It includes required information from potential offerors, such as company name, address, NAICS code, and contact details, emphasizing registration in the System for Award Management (SAM) as a prerequisite for contracting. The RFP specifies quantities for two vehicle wraps—one for a 2019 Ford F350 and another for a 2021 Chevy Suburban—along with shipping and installation services. A section is allocated for pricing, indicating the total evaluated price for the submitted services. This solicitation is a structured part of government procurement processes, seeking to engage contractors who are legally registered and compliant with federal contracting regulations. As such, it serves to solicit competitive bids and ensure proper execution of state or federal funded projects while maintaining transparency and adherence to established guidelines.
    The document outlines a solicitation for a contract specifically aimed at women-owned small businesses (WOSB) to provide vehicle wraps and installation services for the Naval Special Warfare Command. The acquisition includes the design and application of wraps for a 2019 Ford F350 and a 2021 Chevy Suburban, featuring the Navy SEAL and SWCC logos for promotional purposes. The vehicle wraps must be made from heavy-duty vinyl with UV lamination, ensuring durability for at least three years. The contract specifies a delivery timeline of 60 days from award and requires completion in a covered area. It emphasizes the importance of following detailed performance work statements and inspection criteria. The purchasing process is managed through a firm fixed-price arrangement and incorporates a comprehensive list of pertinent federal acquisition regulations, including clauses related to small business participation and payment submissions. The summary reflects a commitment to diversity in contracting, aligning with federal goals to support minority and women-owned enterprises while meeting operational needs for promotional visibility within the Naval Special Warfare community.
    The document outlines a Q&A session related to a government Request for Proposal (RFP) focused on the vehicle wrap and installation services for Navy vehicles. Key points include the preferred logistics for vehicle transportation, with the Navy Special Warfare (NSW) personnel ready to drive or transport vehicles as needed. The 2019 Ford F-350 will be a single rear wheel model, and print-ready artwork will be provided by NSW. Queries about vehicle design specifics, logo files, and installation locations are addressed, indicating a flexibility in on-site or off-site work based on contractor recommendations. The contract will involve delivering vehicles to the contractor's Virginia Beach location, with specific coordination for transport if on-base wrapping is not feasible. The document emphasizes the need for matte finishes on certain vehicle parts and requests for vector file formats of logos to ensure scalability. The responses assure that all necessary graphics and photos can be provided upon request, aligning efforts to meet operational objectives while adhering to timelines and requirements set forth in the government RFP.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Shuttle Services BPA
    Dept Of Defense
    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.
    RDT&E Tech Refresh
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting bids for the procurement of laptops, workstations, and portable hard drives, specifically aimed at supporting CODE 60 Logistics for scanning hardware and IT equipment. This opportunity, valued at $34,000,000, is set aside for Women-Owned Small Businesses (WOSB) and includes requirements for high-performance computing equipment, such as gaming laptops and robust workstations with advanced specifications. The procurement emphasizes compliance with federal acquisition regulations, including software security and accessibility standards, with deliveries expected by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil and submit their proposals by December 17, 2025.
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.
    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.
    25--FENDER,VEHICULAR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of vehicular fenders, specifically NSN 2510014989494. The contract will involve an estimated quantity of 351 units, with a guaranteed minimum of 52 units, and is expected to result in an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000. These fenders are critical components for military vehicles, and the items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of spare parts under the title "SEAL." This solicitation requires vendors to provide items that necessitate government source approval prior to award, and interested parties must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. The procurement is critical for fleet support needs, and early and incremental deliveries are preferred to ensure timely fulfillment of government requirements. Interested vendors should direct their quotes and inquiries to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by the specified due date.
    Water truck
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    15 passenger vans.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified contractors for the rental of 15-passenger vans to support military operations at Fort Irwin, California. The contract requires the provision of operational vehicles from April 9 to May 25, 2025, with specific safety features and maintenance obligations outlined in the Statement of Work. These vans will be utilized primarily for transporting soldiers between various locations during military training rotations, emphasizing the importance of reliability and compliance with military safety standards. Interested contractors, particularly those classified as small businesses, must submit their quotes by March 24, 2025, and can direct inquiries to SSG Devin Fuller at devin.fuller2.mil@army.mil or Major Alan Lambert at alan.r.lambert4.mil@army.mil for further details.
    Windows and Heat Controllers
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of marine windows and heat controllers, specifically part numbers KC-LPD-017-03 and KC-LPD-017-HC. This procurement is a sole-source, firm-fixed-price contract, emphasizing the importance of these components for naval operations and ensuring compliance with federal regulations. Interested contractors must be registered in the System for Award Management (SAM) and are required to submit their proposals by December 15, 2025, at 10:00 AM, with a delivery date set for April 6, 2026. For further inquiries, offerors can contact Sara Robinson at sara.e.robinson19.civ@us.navy.mil or Lily Nguyen at lily.nguyen@navy.mil.
    Vehicles Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.