Installation of Emergency Equipment in GSA NPS Veh
ID: 140P1525Q0041Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR ARIZONA(12400)FLAGSTAFF, AZ, 86001, USA

NAICS

Motor Vehicle Electrical and Electronic Equipment Manufacturing (336320)

PSC

ELECTRIC VEHICULAR LIGHTS AND FIXTURES (6220)

Set Aside

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

    The Department of the Interior, through the National Park Service (NPS), is seeking a qualified vendor to install emergency equipment in two newly acquired Ford Expeditions for the Southeast Arizona Group. The project involves the installation of mobile radios, radar systems, light bars, sirens, and other law enforcement equipment, enhancing the vehicles' emergency response capabilities. This procurement is crucial for ensuring the safety and readiness of law enforcement operations within national parks, reflecting the government's commitment to modernizing its emergency response resources. Interested vendors must submit their quotes by email by the specified deadline, and inquiries can be directed to Donald Tremble at donald_tremble@nps.gov or by phone at 720-450-1198. The period of performance for the project is set from March 14, 2025, to July 1, 2025, and this opportunity is designated as a Total Small Business Set-Aside under NAICS code 336320.

    Point(s) of Contact
    Files
    Title
    Posted
    The Southeast Arizona Group (SEAZ) has initiated a project to install emergency equipment in two newly acquired Ford Expeditions, replacing GSA NPS Tahoe vehicles. The selected vendor will be responsible for installing mobile radios, radar systems, and additional law enforcement equipment required for the vehicles. AEP was the only vendor to provide a quote based on initial estimates. The project includes the installation of multiple components such as light bars, sirens, mobile equipment, and vehicle storage systems. SEAZ has already procured specific radios and radar systems but will require the vendor to purchase and install additional equipment. The vehicles are currently at Coronado National Memorial; thus the vendor must be within a two-hour drive, or arrange transportation for installation. This is a small business set-aside solicitation under NAICS code 336320, prioritizing price, technical capability, and past performance during the evaluation process. Interested vendors must submit their quotes by email and comply with federal regulations, including registration in the System for Award Management (SAM) at the time of submission. The comprehensive procurement process reflects the government's commitment to updating law enforcement capabilities in support of national park services.
    The document is a Request for Quotation (RFQ) from the National Park Service (NPS) aimed at the installation of emergency law enforcement equipment in two Ford Expeditions for the Southeast Arizona Group. Issued on February 20, 2025, this solicitation requests bids for the project, specifically for the addition of specialized law enforcement gear to enhance the vehicles currently equipped with emergency lighting and sirens. The period of performance is outlined as March 14, 2025, to July 1, 2025, and delivery is required by the end date. The issuing office is located in Flagstaff, AZ, and inquiries can be directed to Donald Tremble via the provided contact number. This RFQ is significant as it emphasizes government procurement practices, particularly within law enforcement, ensuring safety and readiness for emergency situations within the region. Responses are expected from contractors with relevant experience in vehicular equipment installations, spotlighting the government's focus on domestic supplies unless stated otherwise.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    ORPI FY25 LE FLEET DECOM & UPFIT
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking quotations for vehicle equipment disassembly and upfitting services as part of the ORPI FY25 LE Fleet Decom & Upfit project. This procurement involves the installation of emergency and communications equipment in new Ford F150 trucks, with a focus on ensuring safety and operational effectiveness through specific installation requirements and compliance with federal standards. The project is designated as a 100% Small Business Set Aside, with a contract value expected to be under $25,000, and the period of performance is from February 26, 2025, to June 30, 2025. Interested vendors must submit their quotes via email to Donald Tremble at donaldtremble@nps.gov by the specified deadlines, adhering to all submission requirements outlined in the solicitation documents.
    Fire Command Vehicle Upfitting
    Buyer not available
    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.
    SECURITY CAMERAS AND INSTAL - ISBEE Set-Aside
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified vendors to provide brand name security cameras and installation services for the Fort Davis National Historic Site in Texas. The procurement is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, aimed at enhancing surveillance capabilities by installing a network-based security camera system that includes three new Axis Communications IP cameras and associated equipment. This initiative is crucial for improving visitor security and operational efficiency at the historic site, with a required delivery date for the installation set for April 1, 2025. Interested bidders must submit detailed quotations via email, demonstrating their capabilities and compliance with federal requirements, and can contact Samuel Hyslop at samuelhyslop@nps.gov or 970-880-4482 for further information.
    Upgrade Video Wall and Provide Annual Service - La
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to upgrade the video wall system at Lake Mead National Recreation Area. The project involves the installation of four new video encoder inputs from the Milestone CCTV System, along with a one-year service agreement and potential extensions for up to three additional years. This upgrade is crucial for enhancing public safety operations across 1.5 million acres, as it will facilitate the management of approximately 330 CCTV cameras. Interested vendors must submit competitive quotes, including a project narrative and evidence of past experience, by the specified deadline to the contracting officer, Bradley Metler, at BradleyMetler@nps.gov. The project timeline for installation and training is set from March 2025 to June 2025, with service agreements commencing in July 2025.
    J--MN FWS ARD FSHRS Fish Distribution Truck Repair BP
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking to establish a Blanket Purchase Agreement (BPA) for the repair of large diesel trucks used in fish distribution efforts across three National Fish Hatcheries in Michigan and Wisconsin. The BPA, valued at up to $250,000, will cover a five-year period from April 1, 2025, to March 30, 2030, and aims to ensure the operational readiness of the fleet by providing necessary diagnostics and repair services. This initiative is crucial for maintaining transportation resources essential for wildlife conservation and restoration efforts in the Great Lakes region. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    Roller and Asphalt Milling Equipment Rentals for F
    Buyer not available
    The National Park Service, under the Department of the Interior, is seeking quotations for the rental of roller and asphalt milling equipment for Yellowstone National Park, with a performance period from July 1 to October 31, 2025. The procurement includes the rental of two pneumatic compactors and one cold asphalt milling machine, along with operator training, emphasizing the need for modern equipment that meets specific safety and performance standards. This initiative is crucial for enhancing the park's infrastructure while ensuring compliance with federal safety regulations and operational efficiency. Interested small businesses must submit their quotations by the specified deadline and can contact Colton Nelson at coltonnelson@nps.gov or 720-390-0199 for further details.
    VIPR I-BPA for Mechanic with Service Truck for East Zone (Regions 1, 2, and 4)
    Buyer not available
    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.
    VIPR I-BPA for Mechanic with Service Truck for Regions 5 & 6
    Buyer not available
    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)
    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.
    J--Synopsis - R6 Vehicle Repair BPA
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on vehicle maintenance and repair services in Region 6, which includes states such as Montana, Wyoming, and Colorado. The selected vendor will be responsible for diagnosing vehicle issues, obtaining repair approvals, and performing maintenance both in-shop and in the field, covering a wide range of services from fluid changes to electronic diagnostics. This BPA is crucial for ensuring the operational readiness of vehicles used in wildlife management and conservation efforts, with a duration of ten years and spending caps of $2,500 for individual requests. Interested parties can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825 for further details.