Vehicle Retrofitting
ID: 15A00025R00000005Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFATF ACQUISITION AND PROPERTY MGMT DIVATFWASHINGTON, DC, 20226, USA

NAICS

Automotive Body, Paint, and Interior Repair and Maintenance (811121)

PSC

INSTALLATION OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (N023)

Set Aside

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

    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking proposals from qualified small businesses for a contract focused on retrofitting government-owned vehicles with essential emergency equipment. The procurement aims to enhance the operational capabilities of ATF's fleet, which includes outfitting between 50 to 600 vehicles annually with specialized equipment such as sirens, radio systems, and security vaults, ensuring compliance with federal regulations and environmental standards. This initiative is critical for maintaining the safety and effectiveness of law enforcement operations, particularly in high-risk scenarios. Interested vendors must submit their proposals by 4:00 PM EST on May 7, 2025, referencing Solicitation #15A00025R00000005, and can direct inquiries to Brandon Hodnett at Brandon.Hodnett@atf.gov. The contract has a lifetime limit of $18 million, with a guaranteed minimum of $1,000.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) seeks to procure installation and equipment support for its fleet of government-owned vehicles. The agency, focused on law enforcement and crime reduction concerning firearms and explosives, aims to enhance its vehicle capabilities through a structured Request for Proposal (RFP). The contract will include the acceptance and outfitting of 50 to 600 vehicles annually with various emergency equipment packages tailored for different vehicle models, including sedans, SUVs, and pickups. Each vehicle package contains specifications for necessary equipment like sirens, radio systems, and security vaults, ensuring robustness and compliance with regulations. The RFP emphasizes not only equipment specifications but also the procedural adherence to environmental regulations for waste disposal. This initiative reflects ATF’s commitment to equipping its personnel with advanced tools to effectively perform their duties in high-risk law enforcement scenarios, demonstrating a strategic approach to maintaining operational readiness and safety.
    The document outlines the pricing structure for a government Request for Proposal (RFP) related to the procurement of various vehicle packages, including sedans, SUVs, and emergency vehicles. Proposals must provide a comprehensive and all-inclusive pricing quote per vehicle, covering equipment, labor, and installation costs. A standardized pricing format is specified, prohibiting alterations to the provided Excel spreadsheet, as any deviations may lead to rejection of proposals. The structure includes a base year and multiple option years (up to four), detailing specific vehicle packages required under various Command Line Item Numbers (CLINs). The document stipulates a lifetime contract limit of $18 million, with a guaranteed minimum of $1,000. The contract is based on an Indefinite Delivery Indefinite Quantity (IDIQ) framework, ensuring that orders will only serve as funding documents without profit from shipping costs. Overall, the summary illustrates the contract’s intention to acquire vehicles for governmental operations and the strict conditions set for bidding and proposal submissions, highlighting the importance of compliance and accuracy within federal procurement processes.
    This document outlines the requirements for a Request for Proposals (RFP) related to outfitting ATF Bomb Technician Trucks with essential equipment. The contractor is responsible for the shipping and coordination of vehicle deliveries, and must address potential price escalations by including them in proposals. The Statement of Work (SOW) specifies that vendors provide equipment and installation, not the vehicles themselves. Detailed specifications are listed for the truck, including chassis features, engine and electrical systems, emergency lighting, security systems, and communications equipment. Key equipment includes a vehicle electrical system, emergency lighting solutions, and a vault for weapon storage. Additionally, the document mentions ongoing market research with a solicitation number for tracking the related RFP on SAM.gov. This RFP indicates the government's focus on acquiring specialized vehicles equipped for bomb technician operations, reflecting a commitment to public safety and law enforcement capabilities.
    The document is a Request for Proposal (RFP) issued by the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), soliciting bids for multiple firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contracts to provide functional and technical support for retrofitting vehicles. The proposal is set aside for small businesses, including HUBZone, service-disabled veteran-owned, and women-owned businesses. Key details include a solicitation issue date of April 16, 2025, with bids due by May 7, 2025. The contract will involve delivering various vehicle packages, which include installations of emergency equipment, with the delivery period spanning four option years. The proposal outlines requirements and terms for contract compliance, insurance, confidentiality, and security protocols, particularly concerning sensitive government information. It emphasizes the government's rights over all produced materials and mandates adherence to federal regulations regarding reporting and contractor obligations. This RFP exemplifies the government's aim to engage qualified small businesses in fulfilling specific operational needs while ensuring compliance with existing federal contracting standards.
    Lifecycle
    Title
    Type
    Vehicle Retrofitting
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Field, Background-Investigative Services (Multiple Award)
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified contractors to provide Field and Background-Investigative Services through a multiple-award Request for Quotations (RFQ). The procurement aims to establish Basic Ordering Agreements (BOAs) for an estimated 2,400 hours/points per year per awardee, with services compensated at $50 per point over a five-year period. These services are critical for conducting personnel security background investigations, ensuring compliance with federal regulations, and safeguarding sensitive information. Interested offerors must submit their quotations by June 15, 2030, and can direct inquiries to Sheray Millhouse at Sheray.Millhouse@ATF.gov or by phone at 202-648-9071.
    CFITrainer.net
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking to procure services related to CFITrainer.net, which focuses on education and training certifications for educational institutions. The objective of this procurement is to enhance training capabilities and ensure compliance with necessary educational standards. The services provided will play a crucial role in supporting the ATF's mission by improving the training and accreditation processes for its personnel. Interested parties can reach out to Brian Wilkins at Brian.Wilkins@atf.gov or by phone at 202-648-9120 for further details regarding this opportunity.
    Emergency Call Out
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking contractors for an "Emergency Call Out" service involving the usage of heavy equipment in Minneapolis, MN. This procurement aims to ensure rapid response capabilities for emergency situations requiring specialized heavy machinery support. The services are critical for maintaining operational readiness and addressing urgent needs effectively. Interested parties can reach out to Brian Wilkins at Brian.Wilkins@atf.gov or by phone at 202-648-9120 for further details regarding this opportunity.
    Replacement Duty Weapons System
    Treasury, Department Of The
    The Department of the Treasury's Bureau of Engraving and Printing (BEP) is soliciting proposals for a Replacement Duty Weapons System to enhance security for its Police Operations Division. The procurement specifically seeks brand-name Glock 47 COA Full-Size and Glock 45 COA Mid-Size pistols, equipped with electronic optics, along with various Safariland and Bianchi holsters and Streamlight weapon lights. This acquisition is critical for ensuring the safety of employees and facilities, with a requirement for delivery within 120 days post-award. Interested vendors should contact LaQulla Williams at Laqulla.Williams@bep.gov or 817-847-3905 for further details regarding the solicitation and submission process.
    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.
    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.
    IAAI Membership
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking to procure memberships for the International Association of Arson Investigators (IAAI). This procurement aims to secure memberships that will enhance training and educational opportunities for ATF personnel involved in arson investigations. IAAI memberships are vital for staying updated on best practices and advancements in the field of fire investigation. Interested parties can reach out to Brian Wilkins at Brian.Wilkins@atf.gov or by phone at 202-648-9120 for further details regarding this opportunity.
    FBI Police Uniforms
    Justice, Department Of
    The Department of Justice, Federal Bureau of Investigation (FBI), is soliciting proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity is a total small business set-aside for a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which includes one base year and four option years, with a maximum value of $2,500,000 and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance and operational effectiveness among FBI personnel, requiring contractors to provide both brand-name and "brand name or equal" items, as well as local tailoring services within a 50-mile radius of FBI headquarters in Washington, D.C. Interested vendors must submit their proposals, including samples, by January 9, 2026, at 5:00 PM ET, and can direct inquiries to Ricardo Tiggle at rtiggle@fbi.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 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.