USDA Forest Service Law Enforcement & Investigation R13 Zone 9 Patrol Vehicle upfit EN2219, EN3900
ID: 12318725Q0161Type: 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 vendors to provide upfitting services for two marked patrol vehicles, specifically a 2023 Chevy 1500 and a 2024 Ford F150, for its Law Enforcement and Investigation Program in Region 13 Zone 9. The selected contractor will be responsible for the procurement and installation of specialized equipment, including emergency lights, sirens, and camera systems, to ensure the vehicles meet law enforcement standards and enhance operational capabilities. This initiative is crucial for maintaining effective law enforcement operations within protected forest areas, emphasizing the importance of safety and readiness. Interested small businesses must submit their proposals by April 14, 2025, with inquiries due by April 9, 2025; for further information, vendors can contact Drackus Thomas at drackus.thomas@usda.gov or Nicole Green at nicole.green2@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Forest Service Washington Office has issued a Request for Quote (RFQ) for vehicle upfitting services for its Law Enforcement and Investigation Program. This solicitation, numbered 12318725Q0161, follows federal procurement regulations and is designated as a 100% small business set-aside. The deadline for quotes is April 14, 2025, at 5:00 PM EDT, with pre-quote questions due by April 9, 2025. Contractors will be responsible for providing parts, materials, and labor to upfit various duty vehicles in accordance with specific Forest Service Law Enforcement standards, including pick-up and delivery from designated locations. Key components include the requirement for a Technical Proposal and Price Proposal, where vendors must provide detailed descriptions of proposed parts and relevant qualifications, as well as confirmed pricing for all necessary items. The anticipated vehicle delivery date is no later than 120 days post-award. This contract aims to support federal law enforcement efforts, ensuring compliance with established standards, and promoting participation from small businesses. The document emphasizes procedural integrity, inspection requirements, and the importance of timely communication in responding to the RFQ. Overall, this solicitation demonstrates the Forest Service's commitment to enhancing its operational capabilities while supporting local businesses.
    The document outlines a Request for Proposal (RFP) related to the upfitting of law enforcement vehicles for the USDA Forest Service, specifically for Region 13 Zone 9. The acquisition plan, designated by the requisition number 1143246, pertains to the purchase and customization of two vehicles: a 2023 Chevy 1500 and a 2024 Ford F150, each intended for use within the Superior National Forest located in Duluth, Minnesota. The proposal includes essential details such as vehicle specifications, assigned identification numbers, and unique VINs, signifying the vehicles' specific roles for law enforcement functions. The period of performance commences with the date of award and extends until project completion. The document serves as a formal request for proposals from suppliers who can offer these upfitting services, emphasizing the government's need for specialized vehicles to support its law enforcement operations in protected forest areas. Overall, it reflects the structured process of government contracting, which aims to facilitate the procurement of necessary resources for federal agencies.
    The USDA has issued a Statement of Work for the upfitting of two law enforcement vehicles—a 2023 Chevy 1500 and a 2024 Ford F150—by the U.S. Forest Service. The contractor will be responsible for the procurement and installation of specialized equipment designed to ensure that the vehicles meet emergency response standards and support law enforcement operations. This includes installing emergency lights, a siren system, a camera system, and various other equipment meant to enhance patrol capabilities and officer safety. Key requirements include the provision of all materials necessary for installation, adherence to a 60-day completion timeline post-delivery of government-furnished vehicles, and compliance with security protocols to prevent unauthorized vehicle use. Additional specifics include ensuring consistency in equipment installation and protecting government property from damage during the upfit process. The document details technical specifications for various components, timelines, and contractor responsibilities, forming part of an established procurement process aimed at maintaining operational readiness for law enforcement activities in the forest service context.
    The document outlines the specifications and components required for a Dell tablet upfit for a 2018 Chevy Tahoe, primarily focusing on the integration of a rugged tablet with various mounting and power supply accessories. Key items include a Dell Rugged Tablet NPT Docking Station, an Independent Rotation Tablet Display Mount Kit, an iKey Full Travel Keyboard, and a Lind Power Supply Pole Mount. The upfit may also include vehicle-specific items for other models like the Chevrolet Silverado and GMC Sierra, ensuring versatility in installation. The structured list of product links and item numbers indicates a systematic approach designed for government requests for proposals (RFPs) or grants, emphasizing safety, functionality, and user accessibility in vehicle technology enhancements. This initiative aligns with efforts to modernize government fleet capabilities, reflecting an emphasis on operational efficiency and contemporary IT solutions.
    The document is a Request for Quote (RFQ) from the USDA Forest Service, specifically concerning the upfitting of unmarked vehicles, identified by RFQ number 12318725Q0161. It outlines a protocol for inquiries related to the RFQ, emphasizing that questions must be submitted via a specific email form by February 11, 2025, at noon EST to receive a response. The format includes a space for submitting questions alongside a reference to relevant attachments and sections of the document aimed at ensuring a structured and organized communication process. The emphasis on care in land management reflects the Forest Service's dedication to public service and environmental stewardship, signifying the importance of compliance and clarity in procurement processes. This RFQ demonstrates the agency's commitment to sourcing necessary vehicle modifications while establishing a clear channel for vendor interaction.
    The document outlines the Past Performance Questionnaire required for the evaluation of proposals submitted in response to RFP# 12318725Q0161 for the USDA Forest Service's LE&I Unmarked Vehicle Upfit. Offerors must provide detailed past performance information to demonstrate their capabilities, which will be crucial for technical evaluation. The questionnaire is to be filled out by relevant parties, such as clients or prime contractors, and submitted directly to the designated Contract Specialist, Drackus Thomas. The document is structured into various sections, including Contractor Identification, Evaluation Ratings, Evaluation Factors (covering quality of product or service, program management, and cost control), a narrative summary to assess contractor strengths and weaknesses, and respondent information. Evaluators will use a rating scale to assess satisfaction with contractor performance, including classifications such as Acceptable, Neutral, and Unacceptable. The purpose of this questionnaire is to quantify past performance, thereby informing the government’s decision-making process in awarding contracts, ultimately ensuring quality service delivery while minimizing performance risks.
    The document outlines the evaluation criteria for proposals submitted in response to a federal Request for Proposal (RFP). It specifies two main factors for assessment: Technical Proposal and Price. The Technical Proposal is further divided into Past Performance and Technical Capability, each accompanied by adjectival ratings ranging from Acceptable to Unacceptable. For Past Performance, an Acceptable rating indicates a good track record with low performance risk, while an Unacceptable rating reflects a history of failure to meet obligations, posing high performance risk. Regarding Technical Capability, a proposal must meet outlined requirements to be deemed Acceptable, with no significant deficiencies. Conversely, an Unacceptable rating signifies major deficiencies necessitating extensive revisions. The second evaluation factor is Price, where vendors are required to submit firm fixed pricing for the services outlined in the Schedule of Items. Awards will go to vendors capable of fulfilling requirements as evaluated based on Past Performance, Technical Capability, and Price criteria. This structured evaluation framework ensures that selected vendors are reliable and capable of meeting government service requirements efficiently.
    Lifecycle
    Similar Opportunities
    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.
    NCIS Vehicle Upfit
    Dept Of Defense
    The Naval Criminal Investigative Service (NCIS) is seeking proposals from qualified small businesses for the upfitting of ten unmarked law enforcement vehicles to support its operations at the Central Field Office in Great Lakes, Illinois. The procurement requires comprehensive vehicle modifications, including the installation of emergency lighting, siren/light controllers, window tinting, weapon vaults, and other enhancements, ensuring compliance with safety and security standards. This contract, valued at approximately $9 million, is a Total Small Business Set-Aside and will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, with quotes due by December 26, 2025, at 10:00 AM EST. Interested vendors should direct inquiries to Brooke Sadler at brooke.sadler@ncis.navy.mil or Saniyyah Jones-Montague at saniyyah.jonesmontague@ncis.navy.mil.
    MN Morris WMD - UTV with Two Trade-ins
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the procurement of a 6x6 Utility Task Vehicle (UTV) along with the trade-in of two existing vehicles, specifically a 2009 Argo Avenger and a 2016 Polaris Ranger, for the Morris Wetland Management District (WMD). The UTV must meet specific technical specifications, including features such as a roll-over protection system, enclosed cab with climate control, and a power-tilting bed, with proposals evaluated based on technical compliance, lead time, and pricing. This procurement is crucial for enhancing operational capabilities in wildlife management and habitat conservation efforts. Interested vendors must submit their proposals by January 8, 2026, at 2:00 PM ET, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    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.
    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.
    MN Litchfield WMD - UTV with Trade-in
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a new Utility Terrain Vehicle (UTV) with a trade-in option for a 2017 Polaris Ranger as part of their operations at the Litchfield Wetland Management District (WMD). The UTV must meet specific requirements, including a 950 cc/65 HP engine, automatic transmission, and features suitable for safe operation in cold weather, such as power steering and a full cab with heating. This procurement is critical for enhancing operational efficiency in wildlife management activities, with quotes due by January 7, 2026, at 2:00 PM ET, and submissions should be directed to Dana Arnold at danaarnold@fws.gov. The contract will be awarded based on best value, considering both technical specifications and pricing, with the contractor responsible for delivery to the specified location in Litchfield, MN.
    61--CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide a 200 hp outboard motor for law enforcement patrol boats operating on Montana's lakes and rivers. The procurement involves a firm-fixed-price contract for one motor, which must meet specific technical requirements, including compatibility with Smartcraft, and include necessary installation components and labor. This acquisition is critical for enhancing law enforcement capabilities in the region, ensuring effective patrols over long distances in various water conditions. Interested parties must submit their quotes by January 2, 2026, with the contract performance period set from January 12, 2026, to March 13, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    FY 26 Complete Common Stand Exams SSRP Lincoln National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking proposals for a firm-fixed-price contract to conduct Common Stand Exams (CSEs) as part of the South Sacramento Restoration Project (SSRP) in the Lincoln National Forest, New Mexico. This contract, set aside 100% for small businesses, aims to collect critical data from 541 points across ten bid items, which will support the monitoring of the Mexican Spotted Owl Management Experiment and facilitate timber sales and hazardous fuels reduction treatments. The project is significant for enhancing forest health and timber production, aligning with federal initiatives to expand American timber production. Proposals are due by January 5, 2026, with an estimated contract value of $11.5 million and a performance period from February 5, 2026, to February 4, 2028. Interested contractors should direct inquiries to Shavera Leveille at shavera.leveille@usda.gov or call (912) 463-3328.
    49--NV-AMARGOSA PFISH RCH STA-WTR TRUCK REPA
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking a contractor for the repair of a water truck at the Amargosa Pupfish Research Station in Amargosa Valley, Nevada. The project involves comprehensive repairs on a 2009 Freightliner water truck, addressing various mechanical issues such as fault codes, oil leaks, fuel system problems, and more, with a requirement for completion within 30 days of contract award. This procurement is critical for maintaining operational efficiency at the research station, ensuring reliable transportation for water resources. Interested small businesses must submit their quotes by September 18, 2025, at 5 PM ET, and are required to acknowledge receipt of the solicitation amendment by December 16, 2025, to be considered for the contract. For further inquiries, contact Kathryn Coltran at kathryncoltran@fws.gov.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.