Fire Command Vehicle Upfitting
ID: 140L0625Q0005Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, USA

NAICS

Motor Vehicle Body Manufacturing (336211)

PSC

MODIFICATION OF EQUIPMENT- VEHICULAR EQUIPMENT COMPONENTS (K025)

Set Aside

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

    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 operational capabilities of these vehicles, which are critical for effective wildland fire suppression, by ensuring compliance with safety and performance standards set by federal regulations. The performance period for this contract is from June 2, 2025, to June 1, 2030, with a focus on inclusivity, encouraging participation from small businesses, including those owned by disabled veterans and women. Interested parties must submit their quotations electronically by March 12, 2025, and can direct inquiries to Addison Page at apage@blm.gov or by phone at 303-236-3800.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Past Performance Reference Template designed for government contractors to report their work on projects related to wildland fire apparatus for off-road use. It captures essential project details, including the contract number, project title, description, project manager, contract type, and financial information. The template also requests insights on how the project's performance contributed to building experience in manufacturing specialized fire apparatus, the ability to meet specifications and timelines, as well as challenges faced during the project and solutions implemented. This structured approach emphasizes accountability and performance evaluation, which is crucial for federal grants and RFPs. It enables government agencies to assess contractors' capabilities based on previous work and their adherence to project requirements, thereby informing future contracting decisions. By detailing both successful outcomes and challenges, the template supports transparency and helps improve the quality of services and products delivered in public safety sectors.
    The National Fire Equipment Program aims to establish specifications for the construction and procurement of DOI Combined Class Command Vehicles for wildland fire suppression. The document outlines comprehensive requirements to ensure safety, performance, and compliance with Federal Motor Vehicle Safety Standards and National Fire Protection Association standards. Key topics include administrative, workmanship, and warranty requirements, as well as detailed expectations for vehicle chassis, modifications, apparatus body, wiring, paint, striping, and emergency equipment. A pre-work conference will be held to discuss specifications, schedules, and inspections, including mid-build and final inspections to ensure compliance. The vehicle's construction must adhere to rigorous standards of craftsmanship, emphasizing durability and protection against environmental stresses. Optional equipment and emergency lighting specifications are also described, ensuring vehicles are equipped for operational needs. Additionally, clear documentation including construction details, manuals, and weight slips is required upon delivery. This initiative reflects the government's commitment to maintaining effective wildfire response capabilities through well-defined procurement processes, fostering collaboration between contractors and government entities to deliver functional and safe firefighting vehicles.
    This document outlines the price schedule for an unspecified government contract, detailing the costs associated with various equipment and optional enhancements over a five-year period. Each year, specific vehicles (referenced by model numbers 651, 653, 654, 655, 658, and 670) are listed with corresponding prices for a range of equipment options. Optional equipment includes items such as pre-wires for radios, emergency lighting options, auxiliary fuel tanks, and various protective features for vehicles, alongside descriptions of additional packages like a heavy-duty front bumper. The pricing for each option remains unspecified, indicated by blanks for all listed items. The file serves to guide potential offerors in submitting bids aligned with the stipulated accessory pricing for government vehicles, emphasizing compliance with the required specifications. The detailed structure allows for easy referencing of required components and options for interested suppliers in response to the RFP.
    This document is a combined synopsis and solicitation for a commercial items request, identified as solicitation number 140L0625Q0005. It invites quotes from small businesses, specifically those classified under NAICS code 336211. The contractor must provide all necessary resources and materials for chemical handling at specified locations, with the contract performance period from June 2, 2025, to June 1, 2030. The evaluation criteria for offers include technical capability, service and support, past performance, and delivery timeline. Quotations must be submitted electronically by March 12, 2025, with all inquiries directed to the designated contracting officer. Additional attachments include specifications, a price schedule, and past performance reference templates, adhering to Federal Acquisition Regulations. This solicitation emphasizes compliance with small business standards and includes various clauses governing the contract, including terms on labor standards, equal opportunity, and subcontracting limitations, consistent with customary commercial practices and federal guidelines. The structure includes sections detailing requirements for submission, applicable clauses, and references to ensure accurate compliance during proposal processes.
    The document pertains to a government solicitation for a contract under the BLM (Bureau of Land Management) for supplies and services designated to be completed between June 2, 2025, and June 1, 2030. It includes essential information such as the procurement method, payment instructions, and specific codes relevant to the solicitation. The document identifies the expected deliverables, payment terms, and solicitation references, including compliance with federal acquisition regulations (FAR). A notable aspect is its emphasis on small business designations, such as services for disabled veteran-owned businesses and women-owned businesses, suggesting a focus on inclusivity in government contracting. The offer submission deadline is set for January 31, 2025, and the solicitation number is specified for tracking purposes. Overall, the document underscores the government's structured approach to acquiring goods and services while promoting small business participation and adhering to established procurement protocols.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CANY 2024 LE VEHICLE UPFITTING
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking quotations for the upfitting of law enforcement vehicles at Canyonlands National Park in Utah. The primary objective of this procurement is to outfit vehicles for emergency services, with a contract performance period scheduled from February 17, 2025, to August 1, 2025. This initiative underscores the importance of equipping law enforcement with reliable vehicles to ensure safety and effective response in national parks. Interested small businesses must submit their quotations to Luke Bowman via email by February 7, 2025, and are reminded to be registered in the System for Award Management (SAM) and obtain a Unique Entity Identifier (UEI) prior to submission.
    BDO BLM BPA WILDFIRE NOXIOUS WEED TRT
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking proposals for a Blanket Purchase Agreement (BPA) focused on wildfire and noxious weed treatment services. The procurement aims to address the management and eradication of invasive plant species, such as Canada Thistle and Dalmatian Toadflax, which threaten local ecosystems following recent wildfire incidents. This initiative is critical for environmental conservation and recovery efforts, ensuring that contractors adhere to BLM-approved guidelines for herbicide application and safety protocols. Interested small businesses must submit their quotes by February 7, 2025, with the total contract value estimated at up to $19.5 million, covering a performance period from April 1, 2025, to March 31, 2030, with potential extensions. For further inquiries, contact Thomas Parsons at tparsons@blm.gov or call 208-373-3911.
    VIPR I-BPA for Vehicle with Driver for Region 4 ONLY
    Agriculture, Department Of
    The Department of Agriculture, specifically the U.S. Forest Service, is reopening solicitation number 1202SB23Q7020 for vehicle services with a driver, designated for use in local, regional, and nationwide fire suppression and all-hazard incidents. This procurement aims to establish a Multiple Award Incident Blanket Purchase Agreement (IBPA) that ensures the availability of various vehicle types while adhering to strict operational and safety standards, including a 2:1 work/rest ratio for personnel. The opportunity is particularly significant as it focuses on small businesses, with set-asides for 8(a), SDVOSB, HUBZone, WOSB, and EDWOSB companies, enhancing resource availability for fire response activities. Interested contractors must submit their responses by February 25, 2025, at 17:00 MST, and can contact Taylor Jones at taylor.jones@usda.gov or 303-928-0298 for further information.
    K--OR-REFUGE LE-VEHICLE UPFITTING
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotes for the upfitting of two 2024 Ford F150 R1 LE Responder Vehicles as part of their law enforcement operations. The procurement involves specific modifications, including the installation of programmable battery savers, gun mounts, and emergency lighting systems, to enhance the vehicles' functionality for law enforcement personnel. This initiative is critical for ensuring that wildlife refuge law enforcement officers are equipped with the necessary tools to perform their duties effectively and safely. Interested vendors must submit their quotes by February 3, 2025, and ensure they are registered in the System for Award Management (SAM); for further inquiries, contact Oscar Orozco at oscarorozco@fws.gov.
    VIPR I-BPA for Mechanic with Service Truck for Regions 5 & 6
    Agriculture, Department Of
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking qualified vendors to provide mechanic services with a service truck for Regions 5 and 6, primarily for use during fire suppression and all-hazard incidents. This opportunity is part of a Multiple Award Incident Blanket Purchase Agreement (IBPA) and is a total small business set-aside, allowing new and existing contractors to submit quotes during the open season onboarding period. The solicitation has been re-opened, with responses due by March 3, 2025, at 17:00 MST, and all submissions must meet the original solicitation's criteria and evaluation factors. Interested parties can contact Chase Knight at chase.knight@usda.gov or by phone at 458-218-2120 for further information.
    VIPR I-BPA for Vehicle with Driver for Region 3 ONLY (Pickup & Stake Side)
    Agriculture, Department Of
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking qualified vendors to provide vehicles with drivers, specifically pickups and stakeside trucks, for fire suppression and emergency operations in Region 3. This procurement is part of a Multiple Award Incident Blanket Purchase Agreement (IBPA) set aside exclusively for small businesses, including categories such as Service-Disabled Veteran-Owned and Women-Owned Small Businesses, aimed at ensuring adequate resources for local, regional, and national fire response efforts. Interested contractors must submit their quotes via the Virtual Incident Procurement (VIPR) system by March 4, 2025, with evaluations based on operational acceptability, price reasonableness, and past performance. For further inquiries, potential bidders can contact Joseph Perkins at joseph.perkinsv@usda.gov or by phone at 980-419-3768.
    MN DETROIT LAKES WMD TRUCK UPFIT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors for the upfitting of a 2025 Chevrolet 3500 DRW vehicle for the Detroit Lakes Wetland Management District. The procurement involves modifications that must comply with Department of Transportation regulations and include specific components such as a flatbed, rear hitch, and toolboxes, all of which must be readily available off-the-shelf items. This contract is crucial for enhancing the operational capabilities of the Wetland Management District, ensuring that the vehicle meets the necessary standards for functionality and safety. Interested small businesses must submit detailed quotations by January 27, 2025, and can contact Jeremy Riva at jeremyriva@fws.gov or 240-381-7321 for further information.
    VIPR I-BPA for VIPR I-BPA For Vehicle with Driver (Regions 5 & 6 - West Zone)
    Agriculture, Department Of
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking vendors for the VIPR I-BPA for Vehicle with Driver services in Regions 5 and 6, aimed at supporting fire suppression and all-hazard incidents. This solicitation is a re-opening of a previous opportunity and is designated as a Total Small Business Set-Aside, allowing small businesses to compete for the contract. The services are critical for effective response during local, regional, and nationwide emergencies, ensuring that the Forest Service can mobilize resources efficiently. Interested vendors must submit their responses by March 2, 2025, at 17:00 PST, and can access the solicitation details through the VIPR Vendor application. For further inquiries, contact Sally Neale at sally.neale@usda.gov or call 541-892-0031.
    VIPR I-BPA for Mechanic with Service Truck for East Zone (Regions 1, 2, and 4)
    Agriculture, Department Of
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking qualified vendors for a Mechanic with Service Truck under the VIPR I-BPA for the East Zone, covering Regions 1, 2, and 4. This procurement is aimed at providing essential mechanical services during local, regional, and nationwide fire suppression and all-hazard incidents, as outlined in the re-opened solicitation originally numbered 1202SB23Q7017. The opportunity is particularly significant as it operates under a Total Small Business Set-Aside, allowing small businesses to compete for contracts that are critical for maintaining operational readiness in emergency situations. Interested vendors must submit their responses by March 3, 2025, at 17:00 MST, and can access the solicitation details through the VIPR Vendor application. For further inquiries, vendors may contact Melissa Maestas at melissa.maestas@usda.gov or call 970-508-0603.
    BOISE DISTRICT FIRE ALARM AND SPRINKLER SYSTEM MON
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for fire alarm and sprinkler monitoring and inspection services in Boise, Idaho. The procurement aims to ensure compliance with local fire codes through centralized 24/7 fire alarm monitoring, annual inspections, and backflow testing at three key locations: the Boise District Main Campus, Bruneau Fire Station, and Mountain Home SEAT Base. This initiative underscores the government's commitment to maintaining safety standards in its facilities, with a contract period from April 1, 2025, to March 31, 2029. Interested small businesses must submit their quotes by February 21, 2025, following a mandatory site visit on February 10, 2025, and can contact Thomas Parsons at tparsons@blm.gov for further information.