UWCNF - LIGHTS & SIRENS PACKAGE, 4 VEH
ID: 1240LS25Q0014Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICESALT LAKE CITY, UT, 84104, USA

NAICS

General Automotive Repair (811111)

PSC

INSTALLATION OF EQUIPMENT- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS (N042)

Set Aside

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

    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals from small businesses for the procurement of a Lights & Sirens Package for four 2500 Chevy Crew cab pickup trucks located in Draper, Utah. The requirements include outfitting the vehicles with a standardized emergency equipment package, which consists of LED light bars, sirens, power distribution panels, and specific graphics that comply with U.S. Forest Service guidelines. This procurement is crucial for enhancing emergency response capabilities within the region, ensuring that vehicles are properly equipped for firefighting and rescue operations. Interested vendors must submit their quotes by April 19, 2025, at 08:00 AM MT, and can contact Shane Webster at barclay.webster@usda.gov or 801-908-1904 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government document serves as an amendment to a solicitation regarding the procurement of vehicles by the U.S. Forest Service (USFS). It outlines the requirement for contractors to acknowledge receipt of the amendment before the specified deadline to ensure their offers are considered. The document specifies that if a contractor wishes to amend a previously submitted offer, they may do so through written or electronic communication referencing the relevant solicitation and amendment numbers. The amendment adds a requirement that the USFS will deliver vehicles within 150 miles of a specified address, stating that any additional costs related to towing vehicles will be included in the contract. Importantly, the amendment confirms that all other terms and conditions of the original solicitation or contract remain unchanged. The document emphasizes the procedural aspects for submission and acknowledgment, facilitating clear communication between contractors and government procurement officers. This structure and clarity are vital for ensuring compliance and transparency in federal contracting processes.
    The solicitation number 1240LS25Q0014 is a combined synopsis/solicitation for purchasing lights and sirens packages for specific truck models at the Wasatch-Cache National Forest located in Draper, UT. It is issued as a Request for Quotation (RFQ) aimed at small businesses, particularly under the NAICS codes 811111 and 811118, with specific size standards. Vendors must submit a complete quote detailing prices for all items listed by April 19, 2025, at 08:00 AM MT, and must fulfill all technical requirements as per the statement of work. The evaluation will consider technical capability, past performance, and pricing, with equal weight given to technical aspects and cost-effectiveness. Proposals must meet strict conditions, including being registered in the System for Award Management (SAM). The document outlines clear instructions for offerors, including submission specifics, consequences for incomplete offers, and comprehensive requirements linked to telecommunications equipment prohibited under current regulations. Ultimately, the government intends to award a contract based on the quote deemed most advantageous overall, accounting for price and compliance with specifications. The solicitation emphasizes minimal negotiation after quote submission, ensuring clarity and urgency in responding to the requirements.
    The solicitation number 1240LS25Q0014 is a combined synopsis/solicitation for purchasing lights and sirens packages for specific truck models at the Wasatch-Cache National Forest located in Draper, UT. It is issued as a Request for Quotation (RFQ) aimed at small businesses, particularly under the NAICS codes 811111 and 811118, with specific size standards. Vendors must submit a complete quote detailing prices for all items listed by April 19, 2025, at 08:00 AM MT, and must fulfill all technical requirements as per the statement of work. The evaluation will consider technical capability, past performance, and pricing, with equal weight given to technical aspects and cost-effectiveness. Proposals must meet strict conditions, including being registered in the System for Award Management (SAM). The document outlines clear instructions for offerors, including submission specifics, consequences for incomplete offers, and comprehensive requirements linked to telecommunications equipment prohibited under current regulations. Ultimately, the government intends to award a contract based on the quote deemed most advantageous overall, accounting for price and compliance with specifications. The solicitation emphasizes minimal negotiation after quote submission, ensuring clarity and urgency in responding to the requirements.
    The document outlines the requirements for outfitting several emergency vehicles—specifically, four 2500 Chevy Crew cab pickup trucks—operated by a forestry department. Each vehicle is to be equipped with a standardized package of red lights, sirens, and graphics tailored for emergency operations. Key components include a low-profile LED light bar, multiple sirens, a power distribution panel, grille lights, and installation materials such as wiring and connectors. Graphics, including specific logos and numbering, must adhere to guidelines set by the U.S. Forest Service. Additionally, the process involves the removal of all existing equipment and graphics from the old trucks being decommissioned. The document serves as a Request for Proposal (RFP), detailing specifications for bids to ensure the vehicles are properly equipped for emergency response needs.
    The Intermountain Region Fire & Aviation document outlines the standards for emergency vehicle markings used in fire management. The primary objectives include rapid identification of emergency units and personnel, fostering a unified professional image, and promoting effective communication through standardized nomenclature. Marking specifications stipulate that vehicles display the Forest Service Shield and pertinent identifiers on both sides, including "For Official Use Only" and Fleet ID numbers. Vehicles are categorized and identified with a structured system, such as “AA-BBB-WXYZ,” where the codes denote state, forest, equipment type, district, and individual asset numbers. Categories cover various types of firefighting apparatus, from engines and water tenders to support vehicles. The document emphasizes the importance of an organized numbering sequence to facilitate operations across units and geographic boundaries, providing examples for designators representing battalions, crews, and helicopters. The structured approach aims to enhance incident management and operational efficiency within fire response activities in the region.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Viavi CX300 Service Monitors
    Agriculture, Department Of
    The USDA Forest Service is seeking quotes for the procurement of Viavi CX300 Service Monitors, or equivalent, under a firm-fixed-price, small business set-aside contract. The solicitation outlines specific requirements, including a broad frequency range of 100 kHz to 3 GHz, high accuracy, and various spectral purity specifications, ensuring the monitors meet rigorous government standards for communication equipment. These service monitors are critical for effective communication and operational efficiency within the Forest Service, particularly for fire management and other field operations. Quotes are due by December 15, 2025, at 5:00 PM ET, and interested vendors must submit questions by December 12, 2025, to the primary contact, Cori Gonzales, at corrine.gonzales@usda.gov.
    Hot Food Delivery Service for Wildland Fire Response (RFI)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for a Hot Food Delivery Service to support wildland fire response efforts. This Request for Information (RFI) aims to gather insights on the capabilities of potential contractors to provide hot food transportation services, including necessary staffing, equipment, and pricing estimates. The service is critical for ensuring that personnel engaged in fire suppression and related activities receive adequate meals during operations in remote locations. Interested vendors must respond to the RFI by February 17, 2026, and can direct inquiries to primary contact Donald Keever at Donald.Keever@USDA.gov or secondary contact Jarrod Simontacchi at jarrod.simontacchi@USDA.gov. This opportunity is set aside for small businesses under the SBA guidelines.
    USDA Forest Service Wildfire & All-Hazard Incident Sources Sought
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small business contractors to provide various services related to wildfire and all-hazard incident management. The procurement aims to identify firms capable of fulfilling needs such as food services, medical services, heavy equipment rentals, and sanitation, among others, to support the agency's mission of protecting communities and natural resources during incidents. These services are critical for managing both natural and manmade events that threaten public safety and environmental health. Interested parties should contact Kimberly Luft at kimberly.luft@usda.gov for further information and are encouraged to register in the System for Award Management (SAM) to be eligible for future opportunities.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    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.
    R5 LEI Outerwear Ballistic Carrier Vests
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking quotes from qualified small businesses for the procurement of Outerwear Ballistic Carrier Vests for its Law Enforcement and Investigation unit in the Pacific Southwest Region. The solicitation, identified as 127EAT26Q0014, requires custom-made outer carrier vests constructed from OD Green 1000 Denier Cordura nylon, featuring specific pocket configurations and distinctive markings, with a total of 140 vests to be supplied. This procurement is critical for equipping law enforcement personnel with the necessary protective gear, and proposals must be submitted by December 16, 2025, at 12:00 PM Pacific Time to Fareedah Vaughn at fareedah.vaughn@usda.gov, with questions due by December 8, 2025. Interested contractors must be registered in the System for Award Management (SAM) and provide detailed documentation as outlined in the solicitation.
    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.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    Self-contained breathing apparatus (SCBA) gear for USFS Region 5 within California
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking information from vendors capable of providing self-contained breathing apparatus (SCBA) gear for Region 5 within California. The procurement aims to standardize and replace existing SCBA gear, ensuring compliance with safety standards and enhancing interoperability for firefighting operations. Key specifications include the Drager PSS5000 or PSS7000 SCBA packs, which must meet NFPA 1981 and 1982 approvals, and include features such as a 45-minute carbon fiber cylinder and on-site training for equipment use and maintenance. Interested vendors must submit their specifications by 12:00 PM MST on December 16, 2025, to Megan Acord at megan.acord@usda.gov, and should be registered in the System for Award Management (SAM) to be eligible for contract award.