LAKE ROOSEVELT PATROL VEHICLE UPFITTING
ID: 140P8325Q0026Type: Solicitation
AwardedJun 20, 2025
$34.9K$34,892
AwardeeDEA INCORPORATED 16208 E LACROSSE LN SPOKANE VALLEY WA 99216 USA
Award #:140P8325P0023
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
    Similar Opportunities
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    63--NPS - Fire & Intrusion Monitoring Services, George
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway. The procurement aims to ensure that existing FA and ID systems are maintained in optimal condition, free from errors or malfunctions, and includes responsibilities such as rectifying deficiencies and providing 24-hour monitoring. This contract, set aside entirely for small businesses, will span a one-year base period with four additional one-year option periods, totaling five years, and will require NICET Level II certified technicians for FA systems and state-licensed technicians for ID systems. Interested parties must submit their quotes by December 12, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    REPLACE SURVEILLANCE CAMERAS AT VARIOUS LOCATIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace surveillance cameras at various locations within Shenandoah National Park in Virginia. The project entails removing existing cameras and wiring, and installing 40 NDAA-compliant security cameras, mounts, weatherproof housings, and associated network equipment, with optional installations at two visitor centers. This procurement is a small business set-aside with an estimated contract value between $100,000 and $250,000, and the performance period is expected to last 90 calendar days from the notice to proceed. Interested parties should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and a site visit is scheduled for December 18, 2025.
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide and install a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wetland Management District in North Dakota. The procurement includes specific requirements such as a pump package with various components, compliance with NFPA standards, and a completion timeframe of nine to twelve months post-award. This opportunity is crucial for enhancing firefighting capabilities in the region, ensuring that the fire truck is equipped with the necessary tools for effective emergency response. Interested vendors must submit their quotes by December 22, 2025, at 5:00 pm EST, to Khalilah Brown at khalilahbrown@fws.gov, with evaluations based on technical expertise and past performance.
    J--GLBA CORRECT MEDIUM VOLTAGE DEFICIENCIES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to address medium voltage deficiencies at Glacier Bay National Park in Alaska. The project involves upgrading the electrical distribution system to correct code violations, enhance grounding and neutral systems, and replace outdated components, ensuring improved reliability and safety. This procurement is critical for maintaining the park's electrical infrastructure, which supports various operations and visitor services. Interested contractors must submit their quotes by December 17, 2025, with a performance period anticipated from September 24, 2025, to May 1, 2026. For further inquiries, contact Ronald Bunch at ronaldbunch@nps.gov or call 907-201-7719.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a firm-fixed-price contract to supply one outboard motor specifically designed for law enforcement patrol boats operating in Montana's lakes and rivers. The procurement requires a 200 hp, 4-stroke, V6 outboard motor with specific features such as Smartcraft compatibility and an 85 amp alternator, along with necessary installation components and labor for the motor replacement. This acquisition is a 100% Total Small Business set-aside, emphasizing the importance of the motor for effective law enforcement operations in diverse water conditions. Quotes are due by January 2, 2026, at 5:00 PM EST, and interested vendors should contact Khalilah Brown at khalilahbrown@fws.gov for further details.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.