Nellis Wildland Support Module Upfitting Service T
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
    F550 Retrofitting
    Homeland Security, Department Of
    The United States Secret Service (USSS) is conducting a Request for Information (RFI) to identify potential vendors for retrofitting F-550 Ford Super Duty vehicles into Mobile Command Vehicles. The retrofit will involve significant modifications, including the installation of a rear conference room, upgraded HVAC systems, leveling jacks, a telescopic mast with a camera system, enhanced emergency lighting, and a comprehensive communication and computer network system. This initiative is crucial for enhancing operational capabilities during protective and investigative missions. Interested parties are encouraged to submit their responses by December 30, 2025, and may contact Aisha Collins or Jade Gaston via email for further inquiries.
    25--BODY,CARGO TRUCK
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three cargo truck bodies under solicitation number NSN 2510015221907. This opportunity is set aside for small businesses and may result in an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated three orders per year. The cargo truck bodies are critical components for vehicular equipment, and the items will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Water truck
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    11-1 Ton Dually Pickup Trucks with studded tires
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of 11-1 Ton Dually Pickup Trucks equipped with studded tires for use at Fort Carson, Colorado. The requirements include vehicles that can seat at least five personnel, feature an automatic transmission, and have a 6.7L Turbo Diesel engine or equivalent, with a towing capacity of 25,000 lbs. These trucks must be no more than three years old, have fewer than 50,000 miles, and be delivered by January 5, 2026, with a turn-in date of April 2, 2026. Interested parties should submit their responses via email to George Hargis at George.e.Hargis.civ@army.mil by December 15, 2025, as this notice is a sources sought announcement and not a formal solicitation.
    J023--Automotive Truck Repair CMOP Hines (EPS)-765 (765-26-1-715-0003) / (VA-26-00009705)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the repair of a 2008 Ford F-350 truck, specifically addressing a non-functioning air conditioning unit, through its National CMOP Office in Hines, Illinois. Vendors must be certified Ford repair centers, registered with local and state authorities, possess ASE certification, and maintain an active SAM.gov profile in good standing. The repairs are to be conducted within a 30-mile radius of the EPS worksite and completed within 7 days of contract signing, with all costs, including parts and labor, determined at the time of award. Interested vendors must submit their proposals by December 17, 2025, at 2 PM CST, and can direct inquiries to Contracting Specialist Wade Cunningham at wade.cunningham@va.gov or by phone at 913-946-1981.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    25--FENDER,VEHICULAR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of vehicular fenders, specifically NSN 2510014989494. The contract will involve an estimated quantity of 351 units, with a guaranteed minimum of 52 units, and is expected to result in an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000. These fenders are critical components for military vehicles, and the items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.
    MN-MN VLY NWR-VEHICLE LIFT PURCHASE AND INSTALLATI
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the purchase and installation of a 20,000-lb capacity Rotary SPO20-TA/SPO20N0T0-BL 2-post above-ground automotive lift at the Minnesota Valley National Wildlife Refuge in Bloomington, MN. The project requires adherence to OSHA standards, local building codes, and the installation of a lift that is fully ALI/ETL-certified, along with the decommissioning of an existing lift. This procurement is critical for maintaining operational efficiency at the refuge's Rapids Lake Shop, ensuring safe and effective vehicle maintenance. Interested small businesses must submit their quotes by December 17, 2025, at 5:00 PM EST, with the contract period running from January 12, 2026, to March 11, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    38--OR-WILLAMETTE VLY NWR-EXCAVATOR GRAPPLE
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to provide a 3X4 Hydraulic Dangle Head Rotating Grapple for the William L. Finley National Wildlife Refuge in Corvallis, Oregon. This procurement is a total small business set-aside and requires the grapple to meet specific salient characteristics, including compatibility with a Volvo EC140E Excavator, and to be delivered within 90 days of contract award. The grapple will be utilized for forestry, logging, and land-clearing operations, highlighting its importance in maintaining the refuge's ecological integrity. Quotes are due by December 22, 2025, and must be submitted to Marshall Richard via email; interested parties must also be registered with SAM.gov to be eligible for consideration.