49--LAW ENFORCEMENT VEHICLE OUTFITTING 2025 SILVERADO
ID: DOILFBO250021Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCALIFORNIA STATE OFFICESACRAMENTO, CA, 95825, USA

NAICS

Specialized Automotive Repair (811114)

PSC

MOTOR VEHICLE MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4910)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) seeks to outfit a 2025 Chevrolet Silverado 1500 patrol vehicle with essential law enforcement equipment to ensure compliance with California's emergency vehicle standards. The Performance Work Statement (PWS) outlines the scope of work, which includes installing various integrated systems such as LED lights, sirens, radios, and a prisoner transport cage, all to be carried out at the contractor's facility within 60 days post-award. The document specifies that the contractor will provide necessary materials, while BLM will supply certain government-furnished property. It establishes operational guidelines, including communications protocols, quality assurance measures, and consequences for poor installation practices. The overall objective is to deliver a fully functional, reliable law enforcement vehicle that meets all regulatory requirements, enhancing the agency's ability to perform its duties effectively and safely.
    The Bureau of Land Management (BLM) has issued a Sources Sought Notice to gather information from potential Offerors regarding their ability to meet the requirements outlined in the attached Draft performance work statement. This notice is a preliminary step to assess market capabilities, including the qualifications and size classifications of interested companies, such as small businesses and service-disabled veterans. It clarifies that no contract will be awarded based on this Request for Information (RFI), nor will any costs incurred in providing information be reimbursed. Interested contractors are encouraged to submit detailed responses, including their company information, Federal Supply Schedules, System for Award Management (SAM) status, and relevant NAICS codes. The notice emphasizes confidentiality, stating that proprietary information will not be shared outside the government unless required by law. This initiative signifies the BLM's efforts to explore and understand the market landscape before issuing a formal solicitation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    K--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 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.
    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.
    Installation of Emergency Equipment in GSA NPS Veh
    Buyer not available
    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 donaldtremble@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.
    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.
    MI - VEHICLE REPAIR - 2024 FRONTIER
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotations for vehicle repair services for a damaged 2024 Nissan Frontier pickup truck. The procurement requires vendors to provide a firm-fixed-price quotation, demonstrating their technical qualifications and ability to comply with specified requirements, including extensive front-end damage assessment and repair. This opportunity is particularly significant as it emphasizes the engagement of small businesses and adherence to labor standards, including wage determinations under the Service Contract Act. Interested vendors must submit their proposals in PDF format by March 5, 2025, and can contact Brian Baker at bfbaker@usgs.gov for further inquiries.
    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.
    Polaris Snowmobile Sierra NF
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of a 2025 Polaris Ranger Crew XP 1000 snowmobile for the Sierra National Forest Bass Lake Ranger District. The primary objective is to enhance operational capabilities in managing national forest resources through the acquisition of this advanced vehicle, which features an 82 HP ProStar 4-Stroke engine, advanced drivetrain capabilities, and various safety and comfort features. Proposals must be submitted by December 18, 2024, with questions accepted until December 13, 2024; interested parties should contact Tammy Perrine at tammy.perrine@usda.gov for further information. This procurement is set aside for small businesses under NAICS code 336999, with a size standard of 1,000 employees.
    23--Farmington District Office Leased Modular Building/Trailer/Office
    Buyer not available
    The Bureau of Land Management (BLM) is seeking quotes from qualified small businesses to lease a modular building for its Farmington District Office. The modular office is intended to support administrative functions for up to four personnel and must include temperature control and ADA accessibility, although restrooms are not required. This procurement is part of BLM's efforts to efficiently source necessary facilities while engaging the small business sector, with the contract expected to be awarded to the lowest responsible bidder that meets the technical requirements. Interested vendors must submit their quotes via email by March 10, 2025, and must be registered in the System for Awards Management; for further inquiries, contact Ronald Shumate at rshumate@blm.gov.
    BLM FY25-1 Spring Consolidated Seed Buy.
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting bids for the FY25-1 Spring Consolidated Seed Buy, aimed at acquiring various seed types for ecological restoration and land management efforts. Contractors are required to deliver seeds to specified locations, including Boise, Ely, or Shoshone, and must adhere to strict quality standards, including purity and noxious weed limits, while providing comprehensive documentation for seed testing and certification. This procurement is crucial for supporting federal initiatives in environmental management, with bids due by April 2, 2025, and awards expected to be announced by April 28, 2025. Interested vendors can contact Diane Barker at dbarker@blm.gov or (208) 387-5544 for further information.
    Fencing Replacement at Meadowood SRMA
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotations for a construction project focused on replacing fencing at the Giles Run Trailhead and the Meadowood Connector Trailhead in Virginia. This project is set aside for small businesses under NAICS code 238990, with a firm fixed-price contract estimated between $25,000 and $100,000. The fencing replacement is crucial for maintaining the integrity and safety of these recreational areas, ensuring continued public access and enjoyment. Proposals are due by March 10, 2025, with a mandatory site visit scheduled for February 27, 2025. Interested contractors should contact Oksana Rollins at orollins@blm.gov or call 303-236-1853 for further details.