N -Purchase and Install Red Lights and Sirens
ID: 1240BE24Q0130Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA NORTHWEST 3Portland, OR, 972042829, USA

NAICS

General Automotive Repair (811111)

PSC

INSTALLATION OF EQUIPMENT- VEHICULAR EQUIPMENT COMPONENTS (N025)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide vehicle upfit services, including the purchase and installation of red lights and sirens for multiple command vehicles in Bend, Oregon. The procurement aims to ensure that all materials and components meet the required standards for performance, durability, and compliance with OEM guidelines, with a focus on new equipment suitable for firefighting and rescue operations. This opportunity is set aside for small businesses under the NAICS code 811111, with a total small business set-aside designation, and requires compliance with wage determinations for Deschutes County, Oregon. Interested parties must submit their proposals, including technical and price components, by the specified deadline and ensure active registration in the System for Award Management (SAM). For further inquiries, contact Thomas Lucas, Contracting Officer, at Thomas.Lucas@usda.gov.

    Point(s) of Contact
    Thomas Lucas Contracting Officer
    Thomas.Lucas@usda.gov
    Files
    Title
    Posted
    The document outlines Solicitation Number 1240BE24Q0130, a Request for Quotation (RFQ) issued by the Forest Service for vehicle upfit services, focusing on the purchase and installation of red lights and sirens for command vehicles. It is specifically set aside for small businesses under NAICS code 811111, with a size standard of $9 million. Proposals must include pricing for various equipment packages, scheduled for pickup and delivery at an Oregon location. The contractor must provide warranty on materials and ensure adherence to OEM specifications. Evaluation criteria include past performance, technical conformance, and price quotes, requiring detailed submissions that include complete representations and certifications. Importantly, the document emphasizes the necessity for compliance with various FAR clauses related to telecommunications, labor standards, and equal opportunity. Quotes are due by September 12, 2024, with the submission sent to a specified government official. This solicitation illustrates the government's commitment to acquiring vital safety equipment through transparent and competitive processes.
    The document outlines an amendment to a federal solicitation, specifically regarding the procurement of vehicles for the USDA Forest Service in Portland, Oregon. It highlights that the solicitation number 1240BE24Q0130 has been modified to include additional items, specifically two new trucks for upfit located in Pendleton, OR. This amendment clarifies that the issuance can result in one or two awards, separating the upfit requirements between trucks located in Bend, OR, and Pendleton, OR. The amendment emphasizes the necessity for bidders to acknowledge receipt of the changes before the specified deadline for offers, which is critical to ensure consideration of their proposals. Importantly, it mandates that any modifications to previously submitted offers must be documented and communicated accordingly. Overall, this amendment serves to update procurement requirements and maintain clarity in contractual obligations within the context of federal contracts and solicitations.
    The document outlines a Request for Quotation (RFQ) from the Forest Service for vehicle upfit services, specifically the purchase and installation of red lights and sirens on multiple command vehicles. This solicitation, numbered 1240BE24Q0130, is set aside for small businesses under the NAICS code 811111, with a small business size standard of $9 million. The RFQ requests pricing for both base and optional items related to fire command upfit packages for various vehicle models, detailing specific components needed for installation, such as light bars and siren equipment. Proposals must include a technical and price proposal, along with contractor representations and certifications, as required by federal regulations. The government will evaluate offers based on price and performance factors, with the contractor responsible for ensuring compliance with OEM standards. Additionally, vehicles will be serviced at specified pick-up and drop-off locations in Oregon. The solicitation emphasizes the government’s preference for small business participation and outlines the necessary documentation for submissions, including the requirement for active registration in the System for Award Management (SAM).
    The document outlines the specifications and operational functions for fire command vehicles, including the siren amp functions and vehicle requirements. It details three operational modes for siren and light patterns, encompassing various configurations for vehicle motion (e.g., "Park" and "Drive") and siren tones. Specific push button functionalities are outlined for illuminating lights, siren tones, and traffic advisories. Moreover, it specifies the necessary equipment and options for fire command vehicles, including a 4x4 pickup truck with essential features like all-terrain tires and towing capacity. The document emphasizes proper identification through decals on the vehicle's doors and other areas, including equipment and unit designators. The purpose of this document is to facilitate the procurement of fire command vehicles and equipment through standardized specifications, promoting safety and operational effectiveness in firefighting and rescue operations, which aligns with federal and local government contracting practices. Detailed vehicle and equipment descriptions reflect compliance with operational standards set by regional fleet and fire management authorities.
    The document outlines Wage Determination No. 2015-5565, which specifies wage rates and fringe benefits for occupations under the Service Contract Act in Oregon's Deschutes County. It emphasizes compliance with Executive Orders 14026 and 13658, mandating contractors to pay minimum wage rates based on contract dates. For contracts post-January 30, 2022, the minimum wage is set at $17.20 per hour, whereas contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour unless a higher wage is stipulated. The document details specific occupational wage rates across various categories such as Administrative Support, Automotive Services, and Healthcare, with additional benefits including a health and welfare provision of $5.36 per hour, paid vacation, and mandatory sick leave under Executive Order 13706. It also includes procedures for classifying roles not listed in the wage determination through the conformance process and highlights the importance of maintaining compliance with labor regulations. This wage determination serves as an essential guideline for companies bidding on government contracts, ensuring competitive wages and compliance with federal labor standards while protecting workers' rights and benefits.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fire Command Buildup (4305) for Shasta-Trinity National Forest
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Fire Command Buildup project (Solicitation No. 127EAY24Q0076) for the Shasta-Trinity National Forest, focusing on vehicle modifications to enhance firefighting capabilities. The procurement requires the installation of emergency lighting, sirens, and radio systems on a designated vehicle, with a project execution period of 220 days post-award. This initiative is crucial for improving operational effectiveness and safety during fire command operations. Interested small businesses must submit comprehensive technical and price proposals, with evaluations based on price, delivery schedule, and technical capability. For further inquiries, contact Joshua Williams at joshua.williams2@usda.gov.
    Purchase of ONE Side-by-Side for the Deschutes National Forest
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking to procure one Side-by-Side vehicle for the Deschutes National Forest, with the intention of awarding a fixed price purchase order. The vehicle must meet specific requirements, including a minimum engine size of 900 CC, a tire size of at least 30 inches, and a three-person capacity, among other specifications. This procurement is essential for supporting operations within the Deschutes National Forest, ensuring that the necessary equipment is available for effective management and maintenance of the area. Interested vendors must submit their proposals via email to Matt Stephens by 2:00 PM PST on September 16, 2024, with delivery of the vehicle required by November 29, 2024.
    Polaris Ranger NorthStar Edition UTVs with Trade-in - El Dorado NF
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking proposals from qualified small businesses for the acquisition of two Polaris Ranger 1000XP NorthStar Edition Utility Task Vehicles (UTVs) for the El Dorado National Forest, with a trade-in of two older models. The procurement aims to fulfill specific operational needs for the fire crew, requiring UTVs that meet stringent engineering and safety standards, including HVAC capabilities and compatibility with existing Polaris accessories. This initiative underscores the importance of having uniform and reliable equipment for effective fire response operations. Interested vendors must submit their proposals by the specified deadline and ensure they are registered in the System for Award Management (SAM). The estimated total cost for the UTVs, after trade-in credits, is $57,208, and inquiries can be directed to Blaine Greenwalt at blaine.greenwalt@usda.gov.
    Janitorial Service for the Miller St. Compound, Deschutes NF, Bend, OR
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for the Miller Street Compound located in Bend, Oregon. The contract encompasses year-round weekly cleaning of approximately 4,821 square feet of office space, restrooms, and workshops, along with semi-annual services such as carpet cleaning and window washing, and additional seasonal restroom cleaning from May to October. This procurement is crucial for maintaining cleanliness and hygiene standards within federal facilities, ensuring a safe and pleasant environment for staff and visitors. Interested contractors must submit their proposals, including technical and price components, by the specified deadline, and can direct inquiries to Contracting Officer Thomas Hammerle at thomas.hammerle@usda.gov.
    Area 5 Ongrid Forest Inventory
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for the Area 5 Ongrid Forest Inventory project, which involves locating and remeasuring forest inventory plots across various land ownerships in Oregon, including federal, state, and private lands. The primary objective is to ensure accurate data collection and compliance with established quality standards, as outlined in the solicitation and supporting documents. This project is crucial for effective forest management and environmental monitoring, reflecting the government's commitment to maintaining natural resources. Interested small businesses must submit their proposals by the deadline of September 12, 2024, and can direct inquiries to Kevin Flores at Kevin.Flores@usda.gov or Jason Tanamor at Jason.Tanamor@usda.gov.
    Vehicle Upfitting
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking a contractor for the vehicle upfitting of four 2024 Chevrolet Tahoes into police vehicles for the Golden Gate National Recreation Area (GOGA). The contractor will be responsible for emergency vehicle installations, which include repurposing existing equipment and installing new components according to the provided Statement of Work, with installation scheduled between August 1 and December 31, 2024. This initiative is crucial for maintaining operational readiness within GOGA's law enforcement fleet, ensuring that vehicles are equipped to meet the demands of emergency services. Interested contractors must submit their quotations electronically, demonstrating their experience and past performance, and must be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Tonia Gladen at toniagladen@nps.gov.
    Firefighter Turnout Equipment
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of firefighter turnout gear, including jackets, pants, and Nomex hoods, as part of a standardization initiative across its Pacific Southwest Region. This Request for Quotation (RFQ) numbered 127EAT24Q0039 aims to enhance firefighter safety and operational effectiveness by replacing outdated equipment with high-quality, compliant gear over a contract period from November 2024 to October 2029. Interested vendors must submit their technical and pricing proposals by September 16, 2024, and are encouraged to demonstrate their past performance and adherence to federal regulations. For further inquiries, potential bidders can contact Michael Johnson at michael.c.johnson@usda.gov.
    Pit Toilet Decommissioning - SERVICE
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service under the Willamette National Forest, is seeking qualified contractors for the decommissioning of six pit toilets located in Oakridge, Oregon. The project requires adherence to the specifications outlined in the Performance Work Statement provided in the attached solicitation documents. This service is crucial for maintaining the natural resources and conservation efforts within the forest area. Interested small businesses are encouraged to reach out to Lorenzo R Montoya at lorenzo.montoya@usda.gov or call 503-658-9537 for further details, as this opportunity is set aside for total small business participation.
    LAW ENFORCEMENT VEHICLE EQUIPMENT WITH INSTALLATIO
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking proposals for the provision and installation of law enforcement vehicle emergency equipment at Shenandoah National Park in Luray, Virginia. The procurement aims to enhance the park's law enforcement capabilities by acquiring new emergency equipment, including truck vaults, LED lights, and siren systems, with installation services to be completed by a contractor within a specified timeframe. This initiative underscores the importance of maintaining safety and operational efficiency within federal entities, ensuring compliance with emergency vehicle standards. Interested small businesses must submit their quotes by September 18, 2024, and direct any inquiries to Contracting Officer Deborah Coles at DebbieColes@nps.gov or by phone at 540-677-0325.
    The Dalles Dam Fire Extinguisher Emergency Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Portland District, is seeking a contractor to provide Fire Extinguisher and Emergency Maintenance Services at The Dalles Dam in Oregon. The procurement includes hydrotesting, monthly and annual inspections of fire extinguishers, self-contained breathing apparatus (SCBA), and emergency breathing apparatus (EBA), along with the development of a report spreadsheet to track these services. This contract is critical for ensuring safety preparedness and compliance with national standards, as it enhances fire prevention and emergency response capabilities at the facility. Interested small businesses must submit their quotes by 1:00 PM PST on September 19, 2024, and can direct inquiries to John Scukanec at john.r.scukanec@usace.army.mil or by phone at 503-808-4436.