GLCA VRP VEHICLE OUTFITTING
ID: 140P1525Q0047Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR ARIZONA(12400)FLAGSTAFF, AZ, 86001, USA

NAICS

Motor Vehicle Electrical and Electronic Equipment Manufacturing (336320)

PSC

ELECTRIC VEHICULAR LIGHTS AND FIXTURES (6220)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking qualified vendors to provide outfitting services for a new F150 Raptor vehicle intended for the Glen Canyon National Recreation Area (GLCA). The procurement involves the installation of various vehicular equipment components, with a firm delivery deadline set for May 20, 2025. This initiative is crucial for enhancing operational capabilities within the GLCA, and it is designated as a 100% Small Business Set Aside, encouraging participation from small businesses. Interested parties must submit their quotations via email by the specified deadline, and for further inquiries, they can contact Donald Tremble at donald_tremble@nps.gov or call 720-450-1198. The project budget is under $25,000, and compliance with federal contracting regulations, including registration with the System for Award Management (SAM), is required.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) from the National Park Service for a firm-fixed-price contract to provide a new vehicle, specifically an F150 Raptor, for the Glen Canyon National Recreation Area (GLCA). The RFQ emphasizes this is a 100% Small Business Set Aside and outlines the required submittals for interested vendors, including technical documentation and evidence of past performance on similar federal projects. The solicitation includes a detailed schedule for delivery by May 20, 2025, and mandates that interested parties submit their quotations via email by the specified deadline. The evaluation process will consider price, technical capabilities, and past performance, with a project budget under $25,000. Additionally, all offerors must comply with various federal contracting regulations, including registrations with the System for Award Management (SAM). This RFQ reflects the government's pursuit of competitive bids and aims to enhance operational capabilities within Glen Canyon National Recreation Area while supporting small businesses.
    The document is a Request for Quotation (RFQ) issued by the National Park Service for the procurement of a new vehicle for the Glen Canyon National Recreation Area (GLCA). The primary purpose of this RFQ is to solicit bids for the installation of vehicular equipment components on an F150 Raptor, with a delivery deadline of May 20, 2025. The requisition includes a comprehensive statement of work, and potential quoters are required to return this quotation by the deadline specified in the document. The RFQ also notes that it is not a solicitation for an offer, and the government is not obligated to cover any costs incurred by potential suppliers in preparing their quotations. The point of contact for clarifications is provided, along with specific details such as the date of issue, delivery requirements, and relevant codes. This procurement process emphasizes adherence to domestic supply standards while providing a clear timeline and contact information for interested parties.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Installation of Emergency Equipment in GSA NPS Veh
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is seeking a qualified vendor to install emergency equipment in two newly acquired Ford Expeditions for the Southeast Arizona Group. The project involves the installation of mobile radios, radar systems, light bars, sirens, and other law enforcement equipment, enhancing the vehicles' emergency response capabilities. This procurement is crucial for ensuring the safety and readiness of law enforcement operations within national parks, reflecting the government's commitment to modernizing its emergency response resources. Interested vendors must submit their quotes by email by the specified deadline, and inquiries can be directed to Donald Tremble at donaldtremble@nps.gov or by phone at 720-450-1198. The period of performance for the project is set from March 14, 2025, to July 1, 2025, and this opportunity is designated as a Total Small Business Set-Aside under NAICS code 336320.
    MI - VEHICLE REPAIR - 2024 FRONTIER
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotations for vehicle repair services for a damaged 2024 Nissan Frontier pickup truck. The procurement requires vendors to provide a firm-fixed-price quotation, demonstrating their technical qualifications and ability to comply with specified requirements, including extensive front-end damage assessment and repair. This opportunity is particularly significant as it emphasizes the engagement of small businesses and adherence to labor standards, including wage determinations under the Service Contract Act. Interested vendors must submit their proposals in PDF format by March 5, 2025, and can contact Brian Baker at bfbaker@usgs.gov for further inquiries.
    K--Fire Command Vehicle Upfitting
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified small businesses to provide upfitting services for fire command vehicles under solicitation number 140L0625Q0005. The contract aims to enhance the capabilities of wildland fire suppression vehicles, ensuring they meet rigorous safety and performance standards as outlined by the National Fire Equipment Program. This initiative is crucial for maintaining effective wildfire response capabilities, emphasizing the importance of durable and well-equipped vehicles in emergency situations. Interested contractors must submit their quotations electronically by March 26, 2025, with inquiries directed to Addison Page at apage@blm.gov or by phone at 303-236-3800. The contract performance period is set from June 2, 2025, to June 1, 2030, and the opportunity is designated as a Total Small Business Set-Aside.
    49--LAW ENFORCEMENT VEHICLE OUTFITTING 2025 SILVERADO
    Buyer not available
    The Bureau of Land Management (BLM) is seeking contractors to outfit a 2025 Chevrolet Silverado 1500 patrol vehicle with essential law enforcement equipment, ensuring compliance with California's emergency vehicle standards. The project involves installing integrated systems such as LED lights, sirens, radios, and a prisoner transport cage, with all work to be completed at the contractor's facility within 60 days post-award. This initiative is crucial for enhancing the agency's operational capabilities and ensuring the safety and effectiveness of law enforcement activities. Interested contractors are encouraged to respond to the Sources Sought Notice by providing their company information and relevant qualifications to Branden Bayze at bbayze@blm.gov, as this is a preliminary step to assess market capabilities before a formal solicitation is issued.
    LAKE25-0034-RODDER PUMP REPLACEMENT
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors for the replacement of the jet rodder pump on its Vactor 2100 Combination Sewer Cleaner truck, which is essential for maintaining park facilities at the Lake Mead National Recreation Area. The project requires the contractor to not only replace the leaking pump but also conduct necessary repairs and testing to ensure optimal operation, with all tasks to be completed within 30 days of contract award and a critical 14-day repair window. This procurement is vital for maintaining the infrastructure that supports park operations and visitor services. Interested vendors must submit their proposals by the end of business on March 7, 2025, and should direct inquiries to Michelle Harrison at MichelleAHarrison@nps.gov or by phone at 760-367-5517.
    Roller and Asphalt Milling Equipment Rentals for F
    Buyer not available
    The National Park Service, under the Department of the Interior, is seeking quotations for the rental of roller and asphalt milling equipment for Yellowstone National Park, with a performance period from July 1 to October 31, 2025. The procurement includes the rental of two pneumatic compactors and one cold asphalt milling machine, along with operator training, emphasizing the need for modern equipment that meets specific safety and performance standards. This initiative is crucial for enhancing the park's infrastructure while ensuring compliance with federal safety regulations and operational efficiency. Interested small businesses must submit their quotations by the specified deadline and can contact Colton Nelson at coltonnelson@nps.gov or 720-390-0199 for further details.
    BOATS, MOTOR, AND TRAILERS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotes for the procurement of boats, motors, and trailers as part of a Request for Quote (RFQ) initiative. The procurement includes specifications for two boat hauls, outboard motors, and corresponding trailers, with options for additional equipment contingent on available funding. This acquisition is crucial for enhancing the operational capabilities of the USGS, particularly in marine environments, while promoting opportunities for small businesses through a Total Small Business Set-Aside. Quotes are due by March 17, 2025, and interested vendors should contact Janice Moye at jmoye@usgs.gov for further details.
    CA-LODI FWO-CLARK FORKLIFT ASSESSMENT
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting quotes for the assessment and repair of a Clark Model GPS25MB Forklift located at the Lodi Fish and Wildlife Office. Contractors are required to provide all necessary labor, materials, and supervision to complete the repair, ensuring compliance with manufacturer guidelines, and will also be responsible for transporting the forklift to their repair facility. This procurement is crucial for maintaining essential equipment used in wildlife management operations, reflecting the government's commitment to sustainable procurement practices. Interested small businesses must register in SAM and adhere to specific government regulations, with the performance period set from March 6, 2025, to May 6, 2025; for further inquiries, contact Roger Lockhart at rogerlockhart@fws.gov or call 404-679-7124.
    Polaris Snowmobile Sierra NF
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of a 2025 Polaris Ranger Crew XP 1000 snowmobile for the Sierra National Forest Bass Lake Ranger District. The primary objective is to enhance operational capabilities in managing national forest resources through the acquisition of this advanced vehicle, which features an 82 HP ProStar 4-Stroke engine, advanced drivetrain capabilities, and various safety and comfort features. Proposals must be submitted by December 18, 2024, with questions accepted until December 13, 2024; interested parties should contact Tammy Perrine at tammy.perrine@usda.gov for further information. This procurement is set aside for small businesses under NAICS code 336999, with a size standard of 1,000 employees.
    J--Synopsis - R6 Vehicle Repair BPA
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on vehicle maintenance and repair services in Region 6, which includes states such as Montana, Wyoming, and Colorado. The selected vendor will be responsible for diagnosing vehicle issues, obtaining repair approvals, and performing maintenance both in-shop and in the field, covering a wide range of services from fluid changes to electronic diagnostics. This BPA is crucial for ensuring the operational readiness of vehicles used in wildlife management and conservation efforts, with a duration of ten years and spending caps of $2,500 for individual requests. Interested parties can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825 for further details.