NM FWS REFUGES LE VEHICLE UPFIT
ID: 140FS225Q0132Type: Solicitation
AwardedJun 24, 2025
$74.1K$74,076
AwardeeARIZONA EMERGENCY PRODUCTS, INC. 3433 E WOOD ST Phoenix AZ 85040 USA
Award #:140FS225P0219
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Motor Vehicle Electrical and Electronic Equipment Manufacturing (336320)

PSC

MODIFICATION OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (K023)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the upfitting of Class A emergency vehicles for the Division of Refuge Law Enforcement Southwest (DRLESW) in New Mexico. The primary objective is to enhance the safety and operational efficiency of Federal Wildlife Officers by equipping vehicles with essential emergency response systems, including lighting, sirens, and specialized control consoles, while adhering to rigorous performance specifications and quality standards. This procurement is critical for maintaining effective law enforcement operations within national wildlife refuges and is set aside for small businesses, with a performance period from June 24, 2025, to October 31, 2025. Interested vendors should contact Jeremy Riva at jeremy_riva@fws.gov or call 240-381-7321 for further details and to ensure compliance with the submission requirements outlined in the Request for Quotation (RFQ).

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a catalog of equipment and installation services related to the outfitting of vehicles, primarily for law enforcement purposes. It includes specifications for various radio systems, control modules, lighting solutions, sirens, and other accessories compatible with models such as the Chevrolet Tahoe and Silverado. Key items listed include the Motorola APX radios, several remote control systems, siren speakers, and programmable lighting, detailing their intended configurations and functionalities. The document also highlights components for officer convenience, such as internal beverage holders, adjustable gun locks, and installation labor costs, specifying associated shop supplies and shipping fees. This compilation serves as a basis for creating comprehensive proposals in response to government requests for proposals (RFPs) for vehicle equipment outfitting, aiming to enhance operational efficiency and safety for law enforcement agencies.
    The document outlines a Request for Quotation (RFQ) for the outfitting of four vehicles for the U.S. Fish and Wildlife Service in New Mexico (FWS NM Refuges). The RFQ includes detailed instructions for interested businesses to submit their quotations using the provided Standard Form 1449 and highlights the importance of adherence to specific performance criteria and deadlines. The solicitation is explicitly set aside for small businesses, with an emphasis on the best value for the government, which considers conformance to the statement of work alongside pricing. The performance period spans from June 24, 2025, to October 31, 2025. The document specifies various clauses and regulations that apply to this contract, including compliance requirements with federal laws and suitable invoicing procedures using the Department of the Treasury's Invoice Processing Platform. Inclusion of necessary representations and certifications, along with amendments and evaluations, is essential for award consideration. The RFQ reflects the government's commitment to engage small businesses while ensuring that high standards and regulations are met in the procurement process.
    The U.S. Fish and Wildlife Service seeks to acquire and upfit Class A emergency vehicles for the Division of Refuge Law Enforcement Southwest (DRLESW). The objective is to ensure the safety of Federal Wildlife Officers by equipping vehicles with necessary emergency response systems, including lighting, sirens, and specialized control consoles. The upfitting process is critical for maintaining consistency across the fleet and must be completed within 150 days of contract award. Vendors must adhere to rigorous standards, including proper wiring and meeting performance specifications to minimize electrical and mechanical risks. Each upfitted vehicle is subject to quality inspections and must be returned to as near-original condition as possible upon decommissioning. The contract stipulates a 12-month warranty on workmanship, with manufacturers' guarantees for components. The project represents a formal solicitation for services under federal procurement guidelines that will ensure effective law enforcement operations within national wildlife refuges while adhering to safety regulations. Contact details for the Contracting Officer's Technical Representative are included for inquiries.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a firm-fixed-price contract to supply one outboard motor specifically designed for law enforcement patrol boats operating in Montana's lakes and rivers. The procurement requires a 200 hp, 4-stroke, V6 outboard motor with specific features such as Smartcraft compatibility and an 85 amp alternator, along with necessary installation components and labor for the motor replacement. This acquisition is a 100% Total Small Business set-aside, emphasizing the importance of the motor for effective law enforcement operations in diverse water conditions. Quotes are due by January 2, 2026, at 5:00 PM EST, and interested vendors should contact Khalilah Brown at khalilahbrown@fws.gov for further details.
    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.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of one outboard motor, specifically a Mercury Marine 150XL FourStroke or an approved equivalent, as part of a Total Small Business set-aside initiative. The motor, which is critical for operations at the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana, must meet specific technical specifications, including a 150 horsepower output and Smartcraft compatibility, among others. Interested vendors are required to submit their quotes by December 19, 2025, with delivery expected by February 2, 2026, and must ensure compliance with all outlined specifications to demonstrate equivalency. For further inquiries, vendors can contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide and install a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wetland Management District in North Dakota. The procurement includes specific requirements such as a pump package with various components, compliance with NFPA standards, and a completion timeframe of nine to twelve months post-award. This opportunity is crucial for enhancing firefighting capabilities in the region, ensuring that the fire truck is equipped with the necessary tools for effective emergency response. Interested vendors must submit their quotes by December 22, 2025, at 5:00 pm EST, to Khalilah Brown at khalilahbrown@fws.gov, with evaluations based on technical expertise and past performance.
    CA-LODI FISH AND WILDL-NOTUS EQUIPMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a Notus Omni Portable Trawl Hydrophone and a Notus Command Unit, essential equipment for the EDSM Trawl Mensuration Study. The hydrophone, with specific technical requirements, and the command unit are critical for effective trawling operations, enabling wireless communication with trawl sensors. Interested vendors must submit their Firm Fixed Price quotes by 10:00 AM on December 17, 2025, via email to Carter Duke at carterduke@fws.gov, with the anticipated award date set for one day after the solicitation closes. All submissions must comply with federal acquisition regulations and include delivery to Lodi, CA, within 30 days of order receipt.
    C--Land Surveying-Request for A-E Qualifications
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
    MN VALLEY DEBRIS BLOWER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the procurement of a debris blower for the Minnesota Valley National Wildlife Refuge. The required debris blower must feature a 24.6 hp gas engine, a high-efficiency axial flow fan, and a handheld wireless RF controller, among other specifications, with a delivery date set for March 1, 2026. This equipment is crucial for maintaining the refuge's landscape and ensuring the health of its ecosystems. Interested small businesses must submit their quotations by December 22, 2025, to Jeremy Riva at jeremyriva@fws.gov, with the award based on best value considerations including specifications compliance, past experience, and price.
    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.