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
    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.
    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.
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    Hot Food Delivery Service for Wildland Fire Response (RFI)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for a Hot Food Delivery Service to support wildland fire response efforts. This Request for Information (RFI) aims to gather insights on the capabilities of potential contractors to provide hot food transportation services, including necessary staffing, equipment, and pricing estimates. The service is critical for ensuring that personnel engaged in fire suppression and related activities receive adequate meals during operations in remote locations. Interested vendors must respond to the RFI by February 17, 2026, and can direct inquiries to primary contact Donald Keever at Donald.Keever@USDA.gov or secondary contact Jarrod Simontacchi at jarrod.simontacchi@USDA.gov. This opportunity is set aside for small businesses under the SBA guidelines.
    R5 LEI Outerwear Ballistic Carrier Vests
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking quotes from qualified small businesses for the procurement of Outerwear Ballistic Carrier Vests for its Law Enforcement and Investigation unit in the Pacific Southwest Region. The solicitation, identified as 127EAT26Q0014, requires custom-made outer carrier vests constructed from OD Green 1000 Denier Cordura nylon, featuring specific pocket configurations and distinctive markings, with a total of 140 vests to be supplied. This procurement is critical for equipping law enforcement personnel with the necessary protective gear, and proposals must be submitted by December 16, 2025, at 12:00 PM Pacific Time to Fareedah Vaughn at fareedah.vaughn@usda.gov, with questions due by December 8, 2025. Interested contractors must be registered in the System for Award Management (SAM) and provide detailed documentation as outlined in the solicitation.
    Viavi CX300 Service Monitors
    Agriculture, Department Of
    The USDA Forest Service is seeking quotes for the procurement of Viavi CX300 Service Monitors, or equivalent, under a firm-fixed-price, small business set-aside contract. The solicitation outlines specific requirements, including a broad frequency range of 100 kHz to 3 GHz, high accuracy, and various spectral purity specifications, ensuring the monitors meet rigorous government standards for communication equipment. These service monitors are critical for effective communication and operational efficiency within the Forest Service, particularly for fire management and other field operations. Quotes are due by December 15, 2025, at 5:00 PM ET, and interested vendors must submit questions by December 12, 2025, to the primary contact, Cori Gonzales, at corrine.gonzales@usda.gov.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    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.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.