Upfitting of Four (4) Fire Command Vehicles, Forest Service, CA
ID: 127EAS25Q0019Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA SOUTHWEST 3Albuquerque, NM, 871023498, USA

NAICS

All Other Automotive Repair and Maintenance (811198)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (J023)

Set Aside

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

    The U.S. 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 equipment, including light bars, sirens, electrical components, and vehicle markings, all in accordance with Forest Service specifications. This procurement is critical for enhancing emergency response capabilities in fire support operations, ensuring that the vehicles meet safety and operational standards. Interested contractors, who must be located within a two-hour driving distance from the Stanislaus National Forest office, are required to submit their quotes by 5:00 P.M. PT on June 25, 2025, with the work expected to be completed within 90 days from the contract award. For further inquiries, potential bidders can contact Catherine Sullivan at catherine.sullivan@usda.gov or by phone at 801-999-2115.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for the design and equipment requirements of a fire command pick-up truck designated for the USDA Forest Service. It details the vehicle's appearance, including mandatory decals and reflective striping, such as a 10-inch FS shield and specific placement of unit designators. The truck should be a 4x4, white, with a range of approved options like towing capabilities and all-terrain tires. Essential lighting and siren equipment are specified, including an LED lightbar, various warning lights for visibility, and a siren with a public address system. The wiring for emergency systems must meet strict standards for safety and functionality, ensuring seamless integration with existing vehicle operations. The document emphasizes adherence to government regulations and standards, underscoring the importance of proper equipment and signage for safety during fire operations. This RFP is targeted at suppliers capable of complying with these comprehensive guidelines, which are crucial for operational efficiency and regulatory compliance in managing fire-related emergencies.
    The USDA Forest Service Fleet Management intends to establish a Firm-Fixed Price contract for outfitting four fire emergency support vehicles at the Stanislaus National Forest. The vehicles, consisting of two Nissan Titans and two Ford F-350s, must comply with Region 5 and National Fire equipment standards. The project includes installing components such as light bars, sirens, and vehicle striping and marking, all aligned with Forest Service specifications. The contractor is required to complete the installation within a two-hour travel radius from Sonora, CA, and all work must adhere to OEM specifications and industry standards while maintaining vehicle warranties. The contract duration is set for 90 days from the award date, and inspections will occur to ensure adherence to the outlined standards. The technical specifications detail specific lighting, siren systems, radio installations, and striping requirements, including warranties and installation protocols. This comprehensive framework ensures the vehicles are not only functional but also compliant with safety and regulatory standards, aiming to enhance emergency response capabilities in fire support operations.
    The document serves as a response to questions regarding Request for Proposals (RFP) 127EAT25Q0019, focusing primarily on vehicle specifications and vendor requirements for the federal government. Key points include confirmation of the specific trim levels for the 2023 Ford F-350 and Nissan Titan, alongside a provision of interior photos. The RFP mandates that vendors be located within a two-hour drive, facilitating government inspections and vehicle acceptance. It is clarified that proposals including round-trip vehicle transport via car carrier will not be considered eligible due to existing location restrictions. The responses indicate the government's emphasis on proximity for logistical and operational purposes, underlining the importance of vendor accessibility for pre-acceptance inspections and ensuring adherence to solicitation guidelines.
    The Stanislaus National Forest is seeking proposals for upfitting four fire emergency support vehicles with necessary equipment and markings specified per agency needs. The contractor is responsible for providing all labor, equipment, tools, and materials. Components to be installed include light bars, siren packages, and electrical components, alongside applying vehicle markings following Forest Service standards. The work is expected to be completed within 90 days after the contract award, extending from July 1 to October 1, 2025. All services are to be performed by contractors located within a two-hour driving distance from the Stanislaus National Forest office. Proposals must include technical qualifications, past performance evidence, and pricing information along with requisite government forms. The solicitation is governed by various federal acquisition regulations to ensure compliance and dictate contract terms. The focus on using small businesses and ensuring a minimum warranty period reflects a commitment to quality and accountability in federal procurement practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Service Truck
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Fire Brush Service Truck through a Combined Synopsis/Solicitation. The truck must be a 4WD, Crew Cab model equipped with an 8-cylinder gas engine and seating capacity for six, featuring a corrosion-resistant aluminum body and a fully-boxed frame design, as detailed in the attached specifications. This vehicle is crucial for fire management and emergency response operations, ensuring that the Army can effectively address fire-related incidents. Interested vendors should submit their detailed specifications and pictures with their quotes, and may contact Gwynne Bass at gwynne.r.bass.civ@army.mil or Joy Davis at joy.l.davis18.civ@army.mil for further inquiries. The opportunity is set aside for small businesses under the SBA guidelines.
    Notice of Intent to Sole Source -Engine Replacement
    Buyer not available
    The United States Department of Agriculture, Forest Service (USDA-FS) intends to award a sole source contract for engine replacement services to Cat Pacific Truck Center. This procurement aims to address the repair needs of fire trucks that are critical for wildland firefighting assignments, particularly given the challenges faced when these vehicles break down out of state, which can lead to significant repair and towing costs. The estimated value of this contract is approximately $47,000, and interested parties must submit their capability statements to Catherine Sullivan at catherine.sullivan@usda.gov by 5:00 PM PST on July 12, 2025, to be considered for this opportunity.
    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.
    1240BK25Q0018_Vacuum Pump Tank
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to furnish and install an 1100-gallon vacuum pump tank designed with two compartments—one for waste disposal and another for freshwater storage—on a government-furnished 2025 Ford F650 chassis. This procurement aims to enhance operational capabilities for waste management within the Forest Service, ensuring compliance with Federal Motor Vehicle Standards and a service life of at least nine years. Interested contractors must submit technical and price quotes, along with required certifications, by June 22, 2026, to the designated government contact, Karen Weaver, at karen.weaver@usda.gov. For technical inquiries, Rhonda Hjort can be reached at rhonda.hjort@usda.gov.
    RDO LAW ENFORCEMENT TRUCK OUTFITTING
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals for the outfitting of a 2024 Ram Crew Cab pickup truck with law enforcement equipment through Solicitation 1406325Q0028. The procurement requires qualified vendors to provide outfitting services, including the installation of LED lights, siren systems, antennas, and secure storage solutions, ensuring compliance with the Buy American Act and federal contracting regulations. This initiative is crucial for enhancing law enforcement capabilities in Alaska, with the performance period set from July 14, 2025, to October 31, 2025. Interested vendors must submit their quotes electronically to Lisa Brune by 12pm Alaska Time on July 8, 2025, and are encouraged to address any questions by the same date.
    PKAA Brush Truck 15 (Commodity)
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking proposals from qualified vendors for the procurement of a Brush Truck Fire 15 attachment, as outlined in solicitation number FA461325Q0018. The contractor is required to provide a self-contained modular firefighting system compatible with designated pickup truck chassis, including specific features such as a 400-gallon baffled poly tank and an 18HP motor, with a delivery and installation timeline of 540 calendar days post-award. This procurement is crucial for enhancing firefighting capabilities in wildland fire response, ensuring effective disaster management and public safety. Interested parties must submit their written quotations by July 10, 2025, and direct any inquiries to Andrea McCurry or Arthur W. Makekau via email before June 18, 2025.
    GB TEAM 6 LOGISTICS TRAILER
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking bids for the procurement of a new logistics trailer for the Great Basin 6 Incident Management Team. The trailer must be rugged and suitable for off-road use, with specific dimensions, weight capacities, and technical features to ensure operational efficiency in harsh environments. This procurement is crucial for equipping emergency management teams with the necessary resources to effectively respond to incidents. Interested contractors must submit their quotes electronically by July 16, 2025, with the performance period running from July 17, 2025, to November 17, 2026. For further inquiries, potential bidders can contact Stephen Loftus at stephenloftus@nps.gov or call 202-354-2267.
    Annual Mobile Fire Emergency Inspection IAW NFPA 1910
    Buyer not available
    The Department of Defense, specifically the U.S. Army at Fort Leonard Wood, Missouri, is soliciting proposals for the annual inspection of its emergency response fire trucks in accordance with NFPA 1910 standards. The contract requires comprehensive inspections of various fire truck models, including both bumper-to-bumper assessments and pump performance tests, to ensure operational readiness and compliance with safety regulations. This procurement is critical for maintaining the reliability and functionality of emergency vehicles, which play a vital role in public safety and emergency response operations. Interested vendors, particularly those classified as Women-Owned Small Businesses, must submit their proposals by July 17, 2025, and can direct inquiries to Elizabeth Reyes at elizabeth.e.reyes2.civ@army.mil or Julie West at julie.m.west4.civ@army.mil.
    Southern Nevada District FUELS/FIRE UTV
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Nevada State Office, is seeking to procure a four-passenger Utility Terrain Vehicle (UTV) for the Southern Nevada District Fire/Fuels Program. The UTV must meet specific requirements, including a minimum engine displacement of 999cc, 2WD/4WD operation, and a cargo capacity of at least 200 lbs, to enhance operations in remote terrains for fuels treatment and fire response. This procurement is crucial for improving field mobility and ensuring personnel safety during firefighting operations. Quotes are due by July 10, 2025, with delivery expected by September 1, 2025, and interested parties should contact Jeremy Hart at jhart@blm.gov for further inquiries.
    RRMC Aircraft Rescue Apparatus
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is soliciting proposals for the procurement of a 1,500-gallon capacity Aircraft Rescue and Fire Fighting (ARFF) vehicle, specifically designed for operations at Index B airports. This contract, which is set aside for small businesses under the SBA guidelines, requires the vehicle to meet stringent National Fire Protection Association (NFPA) standards and include advanced safety features, such as a multi-channel braking system and a Fluorine Free Foam fire suppression system. The timely delivery of this essential emergency response vehicle is critical for ensuring operational readiness in aircraft fire emergencies. Interested parties must submit their proposals by July 30, 2025, and can direct inquiries to Stephanie Essiam or Keisha Simmons via the provided contact information.