25--Steel Utility Truck Bed and Installation
ID: 140D0425Q0444Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Motor Vehicle Body Manufacturing (336211)

PSC

VEHICULAR CAB, BODY, AND FRAME STRUCTURAL COMPONENTS (2510)

Set Aside

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

    The Department of the Interior is seeking qualified small businesses to provide and install a new steel utility truck bed on a 2024 Ford F-550 vehicle. The procurement aims to upgrade the vehicle with specific structural and functional requirements, including dimensions, towing features, and safety compliance for installation. This project is critical for enhancing operational capabilities, and the selected contractor must ensure all components are fully functional and tested prior to delivery. Interested parties should submit their quotes by June 16, 2025, and can direct inquiries to Scott Szczesniak at scott_szczesniak@ibc.doi.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document contains a series of questions and answers relating to a Request for Quotation (RFQ) for the upfitting of one Ford F-550 vehicle. Key queries address specific features and requirements, such as the installation of LED lights and tie-downs. It clarifies that LED lights are not needed inside toolboxes and that existing D-ring tie downs in the truck bed will suffice for securing cargo. The transportation logistics for vehicle delivery are also specified, indicating that while pickup and drop-off will occur within a 100-mile radius from Las Vegas, the contractor is responsible for any distances beyond that limit. Accompanying the text are images of the vehicle in question and similar models, highlighting the Ford F-550's specifications, such as its dual fuel tanks and crew cab configuration. This information is pivotal for contractors involved in the RFQ process, detailing precise project requirements and responsibilities.
    The document is an amendment to a solicitation regarding the modification of a federal contract. It outlines key administrative updates, including an extension of the submission deadline for offers to June 16, 2025, at 1700 EDT, and specifies a change in the vehicle model to F-550. It emphasizes the necessity for contractors to acknowledge receipt of the amendment to avoid rejection of their offers. The document reiterates that all other terms and conditions of the original solicitation remain unchanged, thereby maintaining the continuity of the agreement. The amendment is issued by the Acquisition Services Directorate, highlighting procedural compliance as per FAR regulations. The contracting officer involved is Joelle Donovan, who oversees the amendment process. This document serves to inform potential contractors of essential timelines and requirements to ensure compliance in the bidding process.
    The document pertains to an amendment of a solicitation associated with federal procurement. It primarily outlines changes to an existing solicitation and the procedures for acknowledging receipt of the amendment. The response date has been extended to June 16, 2025, at 1700 EDT, and the vehicle model referenced in the solicitation has been amended to F-550. Additionally, it details that all other terms of the solicitation remain unchanged. Contractors must acknowledge receipt of this amendment through specified methods to avoid offer rejection. Other administrative changes may involve modifications to contract orders or appropriations as per federal regulations. This amendment aims to streamline the procurement process and ensure clarity for potential contractors.
    The document is an amendment to a federal solicitation, specifically modification number 0003 of solicitation number 140D0425Q0444. It primarily extends the response deadline for questions regarding the solicitation to June 9, 2025, at 1700 EDT. The amendment outlines the requirement for contractors to acknowledge receipt of this amendment to ensure their offers are considered. Various methods for acknowledging the changes are specified, and it is stated that any modifications to offers must be submitted before the designated opening date. The document confirms that all other terms and conditions of the original solicitation remain unchanged and in effect. This amendment process adheres to federal regulations, facilitating communication and adjustments in the contract bidding process while ensuring compliance and clarity for potential bidders. The signing officers include Joelle Donovan, affirming the formal nature of the modifications as part of standard procurement procedures.
    The document outlines a Request for Quote (RFQ) from the U.S. Department of the Interior's Interior Business Center, issued on behalf of the Air Force Civil Engineer Center. The RFQ serves as a competitive solicitation for small businesses to provide and install a new steel utility truck bed on a 2024 Ford F-350 vehicle. Key specifications include dimensions, structural requirements, towing features, and installation criteria to ensure all components meet safety standards. The bid is subject to the availability of funds and is a total small business set-aside, encouraging small companies to participate. Contractors are required to submit questions and quotes by specified deadlines, with the award criteria based on the lowest price technically acceptable. The document contains references to several Federal Acquisition Regulation (FAR) clauses relevant to small business considerations, compliance, and other legal stipulations that contractors must adhere to. Ultimately, this RFQ aims to procure necessary equipment efficiently while fostering small business engagement in government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    25--Truck Bed and Installation
    Buyer not available
    The Department of the Interior, through the Acquisition Services Directorate, is seeking qualified small businesses to provide and install a steel utility truck bed for a 2024 Chevy 5500 truck. The procurement includes specific requirements for the truck bed's dimensions, materials, and functional components, ensuring it meets operational needs for the Air Force Civil Engineer Center. This contract is significant as it supports the government's commitment to enhancing its fleet capabilities while promoting small business participation in federal contracting. Proposals must be submitted electronically by June 15, 2025, and interested parties can contact Joelle Donovan at joelledonovan@ibc.doi.gov for further information.
    WY-BLM-FLATBED FUELS SERVICE TRUCK
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals from qualified vendors for the procurement of a CM SK Deluxe flatbed or equivalent for a 2025/2026 Ford F-550, including complete installation services. The procurement aims to enhance operational capabilities by ensuring the vehicle is equipped with specific features such as dual fuel tanks, a 60-inch cab-to-axle measurement, and a backup camera, alongside the installation of C Tech Toolboxes. This initiative underscores the BLM's commitment to maintaining effective operational equipment while supporting small businesses through a Total Small Business Set-Aside program. Interested offerors must submit their proposals by the specified deadline, with the total contract value estimated between $10,000 and $25,000. For inquiries, contact Huong Le at hle@blm.gov, and ensure compliance with all federal acquisition regulations and SAM registration requirements.
    K--LAW ENFORCEMENT TRUCK OUTFITTING
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified small businesses to outfit two 2025 RAM 2500 Crew Cab pickup trucks with essential law enforcement equipment in Anchorage, Alaska. The project involves the procurement and installation of various components, including radios, emergency lights, safety equipment, and secure storage units, to enhance the operational capabilities of law enforcement personnel. This initiative underscores the importance of equipping vehicles with necessary tools to ensure safety and efficiency in law enforcement activities, while adhering to federal standards and the Buy American Act. Interested contractors must submit their quotes electronically by 5 PM Alaska Time on June 20, 2025, and direct any questions to Lisa Brune at lbrune@blm.gov by June 17, 2025.
    UPFIT LAW ENFORCEMENT VEHICLE - ANCHORAGE, AK
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide upfitting services for a law enforcement vehicle at the Klondike Gold Rush National Historical Park in Anchorage, Alaska. The procurement involves outfitting a 2025 Chevy 1500 Crew Cab with specialized equipment, including prewiring for communication devices, safety lighting, and secure storage solutions, aimed at enhancing operational efficiency and safety for law enforcement personnel. This initiative underscores the importance of equipping law enforcement vehicles to meet specific operational needs while ensuring compliance with federal regulations. Interested vendors must submit their quotes between June 11, 2025, and July 2, 2025, with a commitment to deliver the outfitted vehicle between July 7 and October 6, 2025. For further inquiries, vendors can contact Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719.
    MRG SFD 60 TON TRANSPORT TRAILER
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking quotes from small businesses for the procurement of a 60-ton transport trailer as part of a total small business set-aside initiative. The trailer is essential for transporting heavy machinery and oversized loads for ongoing and future projects, and it must meet specific requirements including a 4-axle configuration, an extendable deck, and compliance with DOT regulations. Interested contractors are required to submit detailed proposals that include technical capability, pricing, and past performance examples, with a firm-fixed-price purchase order expected to be awarded based on the best value. Proposals must be submitted within 28 days post-award, and delivery and setup at the Socorro Field Division in New Mexico are required within 180 days, with all associated costs included. For further inquiries, interested parties can contact Ronda Lucero at rlucero@usbr.gov or by phone at 505-462-3650.
    UTV/EQUIPMENT TRAILER
    Buyer not available
    The Bureau of Land Management (BLM) is seeking quotes for the procurement of a UTV/equipment trailer under solicitation number 140L3625Q0057, specifically designed for small businesses. The trailer must meet detailed specifications, including a length of 30 feet, a width of 8 1/2 feet, a gross vehicle weight of 14,000 pounds, and features such as 14-ply tires and a gooseneck hitch type. This procurement is crucial for the Department of the Interior, ensuring the availability of necessary equipment for operational efficiency. Interested vendors must submit their quotes by June 18, 2025, with inquiries directed to Christopher Brailer at cbrailer@blm.gov, and ensure they are registered with the System for Award Management (SAM) to be eligible for award consideration.
    DFO UTV TRAILER TRADE IN
    Buyer not available
    The Department of the Interior, Bureau of Land Management (BLM), Montana State Office, is seeking proposals for the acquisition of a UTV trailer as part of a trade-in initiative for a 2017 Load Trail utility trailer. The procurement is designated as a 100% Total Small Business Set-Aside, with specific requirements including a trailer length of 24 feet, a width of 82 inches, and a gross vehicle weight of 9,900 pounds, featuring a two-axle design and a power lift tilt bed. This acquisition is crucial for optimizing government resources and ensuring compliance with federal regulations, with quotes due by June 18, 2025. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Contracting Officer Christopher Brailer at cbrailer@blm.gov or by phone at 406-896-5196.
    Upfitting of Four (4) Fire Command Vehicles, Forest Service, CA
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the upfitting of four fire command vehicles located in Sonora, California. The project involves outfitting two Nissan Titans and two Ford F-350s with essential emergency equipment, including light bars, siren packages, and vehicle markings, all in accordance with Forest Service specifications. This procurement is crucial for enhancing the operational capabilities of fire support vehicles, ensuring they meet safety and regulatory standards during emergency response operations. Interested contractors, particularly small businesses within a two-hour driving radius of the Stanislaus National Forest, must submit their quotes by 5:00 PM PT on June 25, 2025, with the work expected to be completed within 90 days from the award date. For further inquiries, contact Catherine Sullivan at catherine.sullivan@usda.gov or call 801-999-2115.
    Utility Work Vehicle
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide a Utility Work Vehicle along with necessary attachments for the 773d Civil Engineering Squadron, with performance expected in Chenega Bay, Alaska. The procurement is structured as a Firm-Fixed-Price contract under the NAICS code 333120, emphasizing compliance with federal acquisition regulations and a total small business set-aside. This vehicle is crucial for supporting engineering operations and maintenance tasks at the base, ensuring efficient functionality in the field. Interested contractors must submit their quotations, including a completed Pricing Schedule, by 10 AM AKDT on June 23, 2025, and can direct inquiries to Raymond Gragg at raymond.gragg@us.af.mil or Zachary Braum at zachary.braum@us.af.mil.
    NM FWS REFUGES LE VEHICLE UPFIT
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the upfitting of Class A emergency vehicles for the Division of Refuge Law Enforcement Southwest (DRLESW) in New Mexico. The primary objective is to enhance the safety and operational efficiency of Federal Wildlife Officers by equipping vehicles with essential emergency response systems, including lighting, sirens, and specialized control consoles, while adhering to rigorous performance specifications and quality standards. This procurement is critical for maintaining effective law enforcement operations within national wildlife refuges and is set aside for small businesses, with a performance period from June 24, 2025, to October 31, 2025. Interested vendors should contact Jeremy Riva at jeremyriva@fws.gov or call 240-381-7321 for further details and to ensure compliance with the submission requirements outlined in the Request for Quotation (RFQ).