LAKE ROOSEVELT PATROL VEHICLE UPFITTING
ID: 140P8325Q0026Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR OLYM MABO(83000)PORT ANGELES, WA, 98362, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- VEHICULAR EQUIPMENT COMPONENTS (N025)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide upfitting services for law enforcement patrol vehicles at Lake Roosevelt National Recreation Area. The project involves the purchase and installation of essential police equipment on four vehicles, including emergency lighting, sirens, communication systems, and gun racks, with a completion deadline of 60 days after the notice to proceed. This initiative aims to enhance law enforcement capabilities within the park, ensuring safety and effective operations for both visitors and staff. Proposals are due by May 30, 2025, and must be submitted via email to Contract Specialist Michael Abner at michael_abner@nps.gov, with all interested contractors required to be registered in the System for Award Management (SAM) under NAICS code 238210.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) is seeking contractors for a project involving the upfitting of four law enforcement patrol vehicles at Lake Roosevelt National Recreation Area. The work includes purchasing and installing various police equipment on two Ford Expeditions, one Chevrolet Silverado 2500 HD, and one Ford F-150 Police Responder. Key components include emergency lighting, sirens, communication systems, gun racks, and partitions, adhering to specifications outlined in the Scope of Work. The contractor is responsible for incidental materials and must ensure that vehicle integrity is maintained. The NPS will facilitate vehicle transport and set a performance deadline of 60 days for completion after the notice to proceed. The contract emphasizes the coordination of delivery and communication with NPS officials during the project. This solicitation aims to enhance law enforcement capabilities in the park, ensuring safety and effective operations for visitors and staff.
    The document outlines the solicitation for patrol vehicle upfitting at Lake Roosevelt National Recreation Area (Solicitation No. 140P8325Q0026). It requires bidders to provide a list of relevant experience from the past five years, detailing up to three similar projects, including specifics such as project title, agency, contract number, and financial details. The primary focus is on assessing the past performance of bidders in terms of quality, timeliness, and relations, and the government will evaluate whether bidders met required standards, followed regulations, and addressed deficiencies when necessary. Bidders must include contact information for performance references and describe how their past projects align with the current solicitation's requirements. The aim is to gauge familiarity and capability related to the outlined scope of work, ensuring that potential contractors have the necessary experience to complete the tasks effectively. This solicitation is part of a broader effort within government RFPs to ensure quality and accountability in federal contracts.
    The document details Wage Determination No. 2015-5537, issued by the U.S. Department of Labor's Wage and Hour Division, governing minimum wage requirements for contracts subject to the Service Contract Act for the state of Washington, specifically in Pend Oreille, Spokane, and Stevens counties. The minimum wage for covered workers in 2025 is set at $17.75 under Executive Order 14026 or $13.30 under Executive Order 13658, depending on contract details. If contracts are awarded or renewed after January 30, 2022, the higher wage rate must be applied. The file outlines various occupational classifications and their corresponding wage rates for administrative and clerical positions, including Accounting Clerks, Administrative Assistants, and Customer Service Representatives, with values noted for each category. The document ensures compliance with national minimum wage standards and includes guidance on contractor requirements and worker protections. It serves as a critical resource for understanding wage obligations in federal contracts and reinforces the government's commitment to fair labor practices.
    The document outlines a Request for Proposal (RFP) for upfitting law enforcement patrol vehicles at Lake Roosevelt National Recreation Area. The main objective is to supply and install equipment as specified in the attached Statement of Work. Interested contractors must be registered as small businesses in the System for Award Management (SAM) with NAICS code 238210, ensuring they remain active during the solicitation process. Proposals are due by May 30, 2025, and must be submitted via email to the designated Contract Specialist, Michael Abner. Key submission requirements include pricing information, a signed contract form (SF-1449), past performance references, and compliance with specific FAR clauses. The government will evaluate proposals based on price, technical capability, and past performance, with emphasis on the relevance of past projects to the current requirement. Additionally, contractors are required to submit electronic invoices through the U.S. Department of the Treasury's Invoice Processing Platform (IPP) for payment. This solicitation highlights the government's commitment to engaging small businesses while ensuring high standards of service and compliance with federal regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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).
    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.
    LAKE Replace & Construct Fencing Parkwide
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the "Replace & Construct Fencing Parkwide" project at Lake Mead National Recreation Area. This initiative involves inspecting and repairing approximately 24,000 linear feet of existing fencing, installing around 4,500 linear feet of new chain link fencing, and adding six new vehicle gates across various locations, including Katherine Landing and Cottonwood Cove. The project is crucial for enhancing security at water and wastewater facilities, ensuring compliance with safety and environmental standards. The estimated budget for this contract ranges from $500,000 to $1,000,000, and it is set aside for Indian Small Business Economic Enterprises (ISBEE). Interested contractors must submit their proposals electronically by the specified deadline, with a site visit scheduled for June 24, 2025. For further inquiries, contact Caleb Overbaugh at caleboverbaugh@nps.gov.
    GRCA PURCHASE SIX NORTH RIM SNOWMOBILES
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified vendors to provide six snowmobiles with accessories for the Grand Canyon National Park in Arizona. This procurement is designated as a total small business set-aside, emphasizing the government's commitment to fostering opportunities for small businesses while ensuring compliance with federal procurement regulations. The snowmobiles will play a crucial role in enhancing park operations, particularly in winter conditions, thereby supporting visitor access and safety. Interested vendors must submit their quotes by 5 PM ET on June 23, 2025, and are required to be registered in the System for Award Management (SAM) with an active status. For further inquiries, vendors can contact Jessica Owens at jessicaowens@nps.gov or by phone at 720-450-2184.
    PURCHASE SNOWMOBILE TRAILERS
    Buyer not available
    The National Park Service (NPS) is seeking quotes for the procurement of three snowmobile trailers to support activities at Pictured Rocks National Lakeshore in Michigan. The trailers must meet specific requirements, including a maximum overall length of 18 feet, a gross vehicle weight rating (GVWR) of at least 2,990 lbs, and features such as full aluminum construction and LED lighting. This acquisition is a 100% small business set-aside under NAICS code 336214, with a firm-fixed price contract anticipated to be awarded within five days of receiving offers. Interested vendors must submit their quotes by 12:00 PM ET on June 23, 2025, and ensure they are registered in the System for Award Management (SAM) with an active Unique Entity Identifier (UEI). For further inquiries, contact Colette Riegelmayer at coletteriegelmayer@nps.gov or call 330-468-2500.
    Uninstall Law Enforcement (LE) equipment from 6 LE
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified contractors to uninstall and install Law Enforcement (LE) equipment in vehicles as part of a combined synopsis/solicitation under RFQ number 140L1225Q0031. The project involves removing existing equipment from six older LE vehicles and installing new equipment in seven newly acquired vehicles, including radios, covert antennas, LED lights, and emergency systems, all in compliance with California and BLM standards. This procurement is crucial for ensuring that law enforcement personnel are equipped with reliable vehicles to effectively perform their duties. Interested small businesses must submit firm, fixed-price quotes by June 24, 2025, and can contact Michael Anson at manson@blm.gov or call 279-977-3565 for further information.
    GLCA REPAIR BOAT DRIVES
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified contractors to provide maintenance and repair services for boat drives at the Glen Canyon National Recreation Area. The procurement aims to ensure the proper functioning of marine equipment, with a performance period scheduled from July 1 to August 29, 2025, and a total small business set-aside to encourage participation from small businesses, including those owned by service-disabled veterans and economically disadvantaged women. Interested contractors must demonstrate prior experience and technical capability in their quotes, which are due by June 30, 2025, and should be submitted via email to the contracting officer, Donald Tremble, at donaldtremble@nps.gov. Compliance with federal regulations and registration in the System for Award Management (SAM) is required for all participants.
    Replace Pumps at Lake Mead National Recreation Are
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for a firm fixed-price contract to replace pumps at the Lake Mead National Recreation Area. The project involves replacing a total of twelve pumps, including microfiltration feed pumps, finished water pumps, and CIP circulation pumps across three locations: Katherine Landing, Callville Bay, and Echo Bay. This procurement is set aside for small businesses under NAICS code 221310, emphasizing the importance of compliance with federal regulations and safety protocols throughout the project. Interested contractors must submit their proposals by July 13, 2025, following a pre-bid site visit on June 25, 2025, with the anticipated contract award date on June 2, 2025, and a project completion deadline of December 2, 2025. For further inquiries, contact Bradley Metler at BradleyMetler@nps.gov.
    19--32' RESEARCH VESSEL (ALUMINUM LANDING CRAFT) AK
    Buyer not available
    The Department of the Interior, through the National Park Service's Alaska Regional Office, is seeking proposals for the procurement of a 32-foot aluminum landing craft research vessel intended for use in Glacier Bay National Park, Alaska. The vessel must adhere to U.S. Coast Guard regulations and include specific features such as a walk-around cabin, advanced electrical and navigation systems, and safety equipment, with a total delivery deadline set for 720 days post-award. This procurement is crucial for enhancing research capabilities and operational efficiency within national parks, ensuring compliance with safety and functional standards. Interested small businesses must submit their quotations electronically by June 16, 2025, with inquiries accepted until May 23, 2025; for further details, vendors can contact Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719.
    Comfort Station Cyclic Upgrades
    Buyer not available
    The National Park Service, under the Department of the Interior, is soliciting proposals for the Comfort Station Cyclic Upgrades project at the Lake Meredith National Recreation Area in Fritch, Texas. This project involves comprehensive upgrades to two pre-cast CXT Navajo quad flush/shower buildings, including painting, sealing surfaces, and replacing water heaters and skylights, with the aim of enhancing visitor experience and maintaining facility functionality. The contract, set aside exclusively for small businesses, is valued between $100,000 and $250,000, with work anticipated to commence in July 2025 and a completion timeline of 120 days from the Notice to Proceed. Interested contractors should contact Jarrod Brown at jarrodbrown@nps.gov or 330-468-2500 for further details and ensure compliance with registration requirements in the System for Award Management (SAM).