K--NM - Refuges Z1 Upfit (HARDEN)
ID: 140FS225Q0113Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Motor Vehicle Electrical and Electronic Equipment Manufacturing (336320)

PSC

MODIFICATION OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (K023)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is seeking proposals for the upfitting of emergency vehicles to enhance the operational capabilities of Federal Wildlife Officers. The project involves the installation of essential emergency equipment in standard Class A emergency vehicles, including lighting, sirens, and specialized gear, ensuring compliance with safety guidelines and maintaining vehicle resale value. This initiative is critical for ensuring the safety and effectiveness of law enforcement within the Wildlife Refuge System, with a contract performance period of 150 days from the award date. Interested vendors must submit their quotations by May 23, 2025, and can contact Dana Arnold at dana_arnold@fws.gov or 703-468-8289 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service, specifically the Division of Refuge Law Enforcement Southwest (DRLESW), is issuing a request for proposals (RFP) for the upfitting of emergency vehicles. The aim is to ensure that Federal Wildlife Officers (FWO) have safe and equipped vehicles for their operational duties. The contract outlines specific requirements for upfitting a standard Class A emergency vehicle, including installation of emergency lighting, sirens, and specialized equipment in a standardized manner that adheres to safety guidelines. The selected vendor must complete the upfitting within 150 days and is responsible for maintaining quality standards during the installation process. The vendor's facility must be located in Arizona, and vehicles will be delivered fully equipped, with warranties covering both workmanship and equipment made by manufacturers. Key installations include control consoles, gun racks, and programmable lighting systems, all needing to be installed in a manner that minimizes vehicle resale disruption. Overall, the contract emphasizes uniformity, safety, and reliability in the upfitting of the vehicles, ensuring they perform under varying environmental conditions. This RFP represents a critical component of maintaining effective law enforcement capabilities within the Wildlife Refuge System.
    The U.S. Fish and Wildlife Service's Division of Refuge Law Enforcement Southwest (DRLESW) has issued a Statement of Work for the up-fitting of emergency law enforcement vehicles. The initiative aims to acquire and modify vehicles—specifically SUVs and pickup trucks—by installing essential emergency equipment, ensuring the safety of Federal Wildlife Officers during their duties. The contract requires standardized up-fitting processes, with all installations adhering to specific guidelines for the wiring and integration of equipment. The selected vendor must complete the process within 150 days and is responsible for quality control checks to ensure functionality and safety. Key requirements include a twelve-month warranty for installations and ensuring that vehicles can withstand harsh environmental conditions. Optional installations, such as heavy-duty guards and specific lighting systems, can be incorporated to enhance vehicle performance. The document highlights the need for inspections and adherence to government specifications during the up-fitting to maintain resale value and functionality. By detailing performance requirements and standards for emergency response vehicles, the Statement of Work underscores the DRLESW's commitment to safeguarding biodiversity and officer safety through improved operational capacity.
    The document is an amendment to a solicitation for the decommissioning and upfitting of vehicles as part of the Refuges Truck Upfit project, specifically identified as NM - Refuges Truck Upfit (HARDEN) with project number FWS PPR #2077027. It modifies the original contract to include the updated statement of work, which now mandates the decommissioning of existing vehicles. The period of performance for this project is established as June 1, 2025, to October 31, 2025. Contractors are required to acknowledge receipt of this amendment by specific deadlines to avoid rejection of their offers. The amendment emphasizes that all terms and conditions not modified remain unchanged. This document illustrates the formal process involved in federal contracting and solicitation amendments, ensuring clarity in project requirements and timelines while adhering to federal regulations regarding procurement and contract modification.
    The document outlines Request for Quotation (RFQ) number 140FS225Q0113 related to the procurement of a truck upfit for the U.S. Fish and Wildlife Service (FWS). The RFQ specifies that the offerors must submit their quotations via email by May 23, 2025. Interested contractors are required to provide a completed Standard Form 1449, company information, technical capabilities, lead time after receipt of order, past performance evidence, and price quotes. The procurement will focus on evaluating offerors based on their technical capabilities, lead time, past performance, and price, with a stronger emphasis on technical skills. Additional provisions detail the requirements for representations and certifications relevant to contract compliance and eligibility, including considerations for small businesses, economically disadvantaged firms, and the prohibition on using certain telecommunications services. The emphasis on compliance with Federal Acquisition Regulation (FAR) provisions indicates the importance of meeting government standards. Thus, the RFQ serves as a formal solicitation aimed at ensuring that the FWS acquires the necessary services in adherence to federal regulations and standards while promoting participation from diverse business entities.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    J--R6 - Vehicle Repair/Maint BPA setup
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for vehicle repair and maintenance services across Region 6, which includes Montana, Wyoming, North Dakota, South Dakota, Kansas, Nebraska, Colorado, and Utah. The procurement encompasses a wide range of services, including diagnostics, fluid services, electronics, engine maintenance, and the purchase of repair parts, with a focus on ensuring that vendors have certified mechanics capable of performing these tasks. This BPA is crucial for maintaining the operational readiness of government vehicles over a ten-year period, with a total contract value of up to $7,500,000 per individual purchase. Interested vendors must submit their proposals, including a signed form 1449, a statement of capability, and hourly labor rates, by the extended deadline of June 30, 2025, to Robert Sung at robertsung@fws.gov.
    J--Region 4 Heavy Equipment Maintenance and Repair BP
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment maintenance and repair services across Region 4, which includes states such as Alabama, Florida, and Georgia, as well as Puerto Rico and the U.S. Virgin Islands. The procurement encompasses a wide range of services including diagnostics, fluid and filtration services, and repairs for various heavy equipment, with a focus on ensuring compliance with environmental standards and promoting small business participation, as 20% of the awards are reserved for small businesses. This BPA is crucial for maintaining operational efficiency and safety of heavy equipment utilized by the agency, with a total ceiling of $12 million for all awards and individual call limits set at $7.5 million. Interested vendors must acknowledge receipt of amendments and submit their proposals by June 23, 2025, with the BPA period running from August 1, 2025, to July 31, 2035; for further inquiries, contact Sarah DeLawder at Sarahdelawder@fws.gov or (304) 876-7429.
    UPFIT LAW ENFORCEMENT VEHICLE - ANCHORAGE, AK
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide upfitting services for a law enforcement vehicle at the Klondike Gold Rush National Historical Park in Anchorage, Alaska. The procurement involves outfitting a 2025 Chevy 1500 Crew Cab with specialized equipment, including prewiring for communication devices, safety lighting, and secure storage solutions, aimed at enhancing operational efficiency and safety for law enforcement personnel. This initiative underscores the importance of equipping law enforcement vehicles to meet specific operational needs while ensuring compliance with federal regulations. Interested vendors must submit their quotes between June 11, 2025, and July 2, 2025, with a commitment to deliver the outfitted vehicle between July 7 and October 6, 2025. For further inquiries, vendors can contact Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719.
    J--R6 - Heavy Equipment BPA setup, repair/maint
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment repair and maintenance services across Region 6, which includes Montana, Wyoming, North Dakota, South Dakota, Kansas, Nebraska, Colorado, and Utah. The procurement encompasses a wide range of services, including diagnostics, repairs, fluid services, and parts replacement for various heavy equipment, with a total ceiling amount of $12 million allocated for the ten-year contract period from July 1, 2025, to June 30, 2035. This initiative is crucial for maintaining operational efficiency within the agency's equipment management efforts, ensuring that essential machinery remains functional and reliable. Interested vendors must submit their proposals, including a signed form 1449 and confirmation of certified mechanics, by the extended deadline of June 30, 2025, and can direct inquiries to Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
    Upfitting of Four (4) Fire Command Vehicles, Forest Service, CA
    Buyer not available
    The 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 emergency equipment, including light bars, siren packages, and vehicle markings, all in accordance with Forest Service specifications. This procurement is crucial for enhancing the operational capabilities of fire support vehicles, ensuring they meet safety and regulatory standards during emergency response operations. Interested contractors, particularly small businesses within a two-hour driving radius of the Stanislaus National Forest, must submit their quotes by 5:00 PM PT on June 25, 2025, with the work expected to be completed within 90 days from the award date. For further inquiries, contact Catherine Sullivan at catherine.sullivan@usda.gov or call 801-999-2115.
    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.
    OR MALHEUR NWR UNIT 7 PIPE PHASE 2
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotes for the procurement of piping materials as part of the Unit 7 Pipe Phase 2 project at the Malheur National Wildlife Refuge. This procurement includes the delivery of water control structures and associated hardware, with specific requirements for culverts and canal gates, and a delivery deadline set for June 1, 2025. The project is critical for enhancing water management and conservation efforts within the refuge, and it is categorized under NAICS code 237110, emphasizing a total small business set-aside. Interested vendors must submit their proposals by June 16, 2025, via email, and ensure they are registered in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted at oscarorozco@fws.gov.
    TX-ARANSAS NWR-JOHN DEERE TRACTOR REPAIR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for the repair of a John Deere 7420 tractor located at the Aransas Matagorda Island National Wildlife Refuge in Austwell, Texas. The procurement is a total small business set-aside, aimed at soliciting bids from authorized John Deere service centers capable of diagnosing and addressing transmission issues with the tractor, which is currently unable to move forward when shifted into the forward gear. This repair is critical for maintaining operational efficiency within the refuge, ensuring that essential services can continue without disruption. Proposals are due by June 20, 2025, with the service completion timeline set from June 30, 2025, to August 29, 2025. Interested parties should contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further details.
    Herbicide Application, Harris Neck NWR, SC
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for herbicide application services at the Harris Neck National Wildlife Refuge in Georgia, as part of a project aimed at invasive species control and habitat improvement. The contract involves applying herbicides over an area of 304 acres to manage invasive tree species and promote a native grass-dominated understory, with operations scheduled from August 15 to September 30, 2025. This initiative underscores the government's commitment to environmental stewardship and effective wildfire management. Interested small businesses must submit their quotes by June 17, 2024, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    Vehicle Emergency Lights Installation
    Buyer not available
    The Department of Homeland Security, specifically the United States Secret Service, is seeking qualified contractors to install emergency lights on vehicles at the James J. Rowley Training Center (RTC). The procurement aims to equip six home-to-work vehicles and additional specialty vehicles with standardized Whelen lighting systems and sirens, enhancing operational capabilities and ensuring uniformity across the RTC fleet. This initiative reflects the government's commitment to modernizing its vehicle fleet while adhering to federal regulations and security protocols. Interested small businesses, particularly women-owned, should contact John Akin at john.akin@usss.dhs.gov or Ryan Julias at ryan.julias@usss.dhs.gov for further details, with a firm deadline for installation set for August 30, 2025.