K--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 capabilities of wildland fire suppression vehicles, ensuring they meet rigorous safety and performance standards as outlined by the National Fire Equipment Program. This initiative is crucial for maintaining effective wildfire response capabilities, emphasizing the importance of durable and well-equipped vehicles in emergency situations. Interested contractors must submit their quotations electronically by March 26, 2025, with inquiries directed to Addison Page at apage@blm.gov or by phone at 303-236-3800. The contract performance period is set from June 2, 2025, to June 1, 2030, and the opportunity is designated as a Total Small Business Set-Aside.

    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 outlines an amendment to a federal solicitation, specifically altering the timelines for questions and responses. The Q&A deadline is extended to March 07, 2025, while the solicitation response date is pushed back to March 26, 2025. Additionally, it confirms the period of performance for the contract as June 02, 2025, to June 01, 2030. Interested contractors must acknowledge receipt of this amendment using one of several specified methods to avoid potential rejection of their offers. Overall, the amendment serves to clarify important dates and procedural requirements, ensuring potential contractors are informed and prepared for participation in the bidding process. This reflects the government's effort to maintain an organized and transparent procurement process.
    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
    49--LAW ENFORCEMENT VEHICLE OUTFITTING 2025 SILVERADO
    Buyer not available
    The Bureau of Land Management (BLM) is seeking contractors to outfit a 2025 Chevrolet Silverado 1500 patrol vehicle with essential law enforcement equipment, ensuring compliance with California's emergency vehicle standards. The project involves installing integrated systems such as LED lights, sirens, radios, and a prisoner transport cage, with all work to be completed at the contractor's facility within 60 days post-award. This initiative is crucial for enhancing the agency's operational capabilities and ensuring the safety and effectiveness of law enforcement activities. Interested contractors are encouraged to respond to the Sources Sought Notice by providing their company information and relevant qualifications to Branden Bayze at bbayze@blm.gov, as this is a preliminary step to assess market capabilities before a formal solicitation is issued.
    J--In-Frame ENGINE REBUILD
    Buyer not available
    The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) is soliciting proposals for an in-frame rebuild of a 2014 International DT466 7.6L MaxxForce fire truck engine. The project requires the installation of a new OEM EGR cooler and conversion to an open crankcase breather, with all necessary labor, parts, and materials to be provided by the contractor. This rebuild is crucial for maintaining the operational readiness of fire management resources, ensuring the reliability of essential firefighting equipment. Interested contractors must submit their proposals by February 24, 2025, and are encouraged to direct any inquiries to Contracting Officer Mindi Paulson at mpaulson@blm.gov by February 28, 2025. The contract will be awarded based on a Firm Fixed Price model, with performance expected from March 12, 2025, to June 10, 2025.
    GLCA VRP VEHICLE OUTFITTING
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified vendors to provide outfitting services for a new F150 Raptor vehicle intended for the Glen Canyon National Recreation Area (GLCA). The procurement involves the installation of various vehicular equipment components, with a firm delivery deadline set for May 20, 2025. This initiative is crucial for enhancing operational capabilities within the GLCA, and it is designated as a 100% Small Business Set Aside, encouraging participation from small businesses. Interested parties must submit their quotations via email by the specified deadline, and for further inquiries, they can contact Donald Tremble at donaldtremble@nps.gov or call 720-450-1198. The project budget is under $25,000, and compliance with federal contracting regulations, including registration with the System for Award Management (SAM), is required.
    CARE 2024 FORD RAPTOR (F-150) LE UPFIT
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking quotes for the upfitting of a 2024 Ford Raptor (F-150) law enforcement vehicle at Capitol Reef National Park in Utah. The project involves the installation of essential equipment such as emergency lighting, sirens, and radio systems, with a focus on adhering to high installation standards and maintaining vehicle integrity. This initiative is part of a broader effort to enhance law enforcement capabilities within the park, ensuring compliance with federal procurement processes while promoting small business participation. Interested vendors must submit their quotes by March 14, 2025, and can contact Luke Bowman at lukebowman@nps.gov or 928-638-7363 for further information.
    2025 Annual Review National Type 2 Firefighter Crews
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting offers for the 2025 Annual Review of National Type 2 Firefighter Crews through solicitation number 1202SC21Q0001. The procurement aims to establish multiple Blanket Purchase Agreements (BPAs) for commercially available Type 2 qualified wildfire crews to assist with fire suppression and emergency response activities across the United States. These services are crucial for effective wildfire management and ensuring public safety during emergencies. Interested small businesses must submit their quotes by March 18, 2025, at 2:00 PM Mountain Time, and are encouraged to acknowledge the recent amendment to the solicitation, which includes updated contract clauses and wage determinations. For inquiries, potential contractors can contact Bryce N. Pitchford at bryce.pitchford@usda.gov or by phone at 208-991-7639.
    F--BLM LICK SKILLET HAND THINNING
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Lick Skillet Hand Thinning project in Canon City, Colorado, under solicitation number 140L3725Q0018. The project aims to thin dense stands of conifer trees to enhance fire resilience, improve wildlife habitat, and promote healthier growth among selected trees across a 35-acre area, with work scheduled to commence by March 17, 2025, and conclude by December 15, 2025. This initiative reflects BLM's commitment to sustainable land management practices, emphasizing safety, environmental protections, and high-quality standards throughout the contract execution. Interested contractors must submit their quotes to Contracting Specialist Daniel Rosales via email by March 7, 2025, and are encouraged to monitor updates on SAM.gov for any changes or additional information.
    VIPR I-BPA for Vehicle with Driver for Region 3 ONLY (Pickup & Stake Side)
    Buyer not available
    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.
    BLM MESA MASTICATION
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Mesa Mastication project, aimed at reducing wildfire risks through vegetation management in northwestern Colorado. This initiative involves cutting and shredding pinyon and juniper trees across approximately 765 acres, with work scheduled between April 2, 2025, and November 30, 2025, while adhering to environmental regulations and ensuring equipment cleanliness to prevent the spread of noxious weeds. The project reflects the federal commitment to effective land management and resource conservation, emphasizing sustainable recreational use of public lands. Interested vendors must submit their quotes via email by 10:00 AM MDT on March 20, 2025, and can contact Daniel Rosales at drosales@blm.gov for further information.
    1202RZ22Q0004 - AIMS I-BPA for Off Highway Vehicles (UTV/ATV)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the acquisition of Off-Highway Vehicles (OHVs) to support fire suppression and emergency response operations. The procurement aims to secure All-Terrain Vehicles (ATVs), Multipurpose Off-highway Utility Vehicles (MOHUVs), and Recreational Off-road Vehicles (ROVs), with contractors responsible for providing the necessary vehicles, personnel, and materials while adhering to safety and operational standards. This initiative is crucial for maintaining readiness in disaster response scenarios, ensuring compliance with a 2:1 work/rest ratio, and fostering strategic partnerships with qualified contractors. Interested vendors should contact Michael J. Lucas at michael.j.lucas@usda.gov or 406-370-3245, or Racheal Koke at racheal.koke@usda.gov or 406-241-5689 for further details, and must register in the System for Award Management (SAM) to participate in the bidding process.
    FIRE COMMAND TRUCK UP-FITTING, CURLEW, WA AND MOSES LAKE, WA.
    Buyer not available
    The U.S. Department of Agriculture (USDA) is seeking qualified vendors to provide fire command truck up-fitting services for vehicles located in Curlew and Moses Lake, Washington. The procurement involves the installation of emergency equipment on Fire Command and Utility vehicles, including labor, parts, and products that meet manufacturer specifications, with a focus on enhancing the vehicles for effective emergency response. This initiative underscores the USDA Forest Service's commitment to maintaining functional and safe emergency vehicles through standardized equipment installation. Interested contractors must submit their proposals by March 19, 2025, and are encouraged to contact Paige Francis at paige.francis@usda.gov for further information. The contract will be awarded as a Firm-Fixed-Price model, with a completion timeline of 90 days post-vehicle delivery.