NM - Refuges Z1 Upfit (HARDEN)
ID: 140FS225Q0113Type: Solicitation
AwardedMay 30, 2025
$19K$19,025
AwardeeARIZONA EMERGENCY PRODUCTS, INC. 3433 E WOOD ST Phoenix AZ 85040 USA
Award #:140FS225P0182
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
    Similar Opportunities
    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.
    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.
    CA-LODI FISH AND WILDL-NOTUS EQUIPMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a Notus Omni Portable Trawl Hydrophone and a Notus Command Unit, essential equipment for the EDSM Trawl Mensuration Study. The hydrophone, with specific technical requirements, and the command unit are critical for effective trawling operations, enabling wireless communication with trawl sensors. Interested vendors must submit their Firm Fixed Price quotes by 10:00 AM on December 17, 2025, via email to Carter Duke at carterduke@fws.gov, with the anticipated award date set for one day after the solicitation closes. All submissions must comply with federal acquisition regulations and include delivery to Lodi, CA, within 30 days of order receipt.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    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.
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of one outboard motor, specifically a Mercury Marine 150XL FourStroke or an approved equivalent, as part of a Total Small Business set-aside initiative. The motor, which is critical for operations at the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana, must meet specific technical specifications, including a 150 horsepower output and Smartcraft compatibility, among others. Interested vendors are required to submit their quotes by December 19, 2025, with delivery expected by February 2, 2026, and must ensure compliance with all outlined specifications to demonstrate equivalency. For further inquiries, vendors can contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    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.
    MN-MN VLY NWR-VEHICLE LIFT PURCHASE AND INSTALLATI
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the purchase and installation of a 20,000-lb capacity Rotary SPO20-TA/SPO20N0T0-BL 2-post above-ground automotive lift at the Minnesota Valley National Wildlife Refuge in Bloomington, MN. The project requires adherence to OSHA standards, local building codes, and the installation of a lift that is fully ALI/ETL-certified, along with the decommissioning of an existing lift. This procurement is critical for maintaining operational efficiency at the refuge's Rapids Lake Shop, ensuring safe and effective vehicle maintenance. Interested small businesses must submit their quotes by December 17, 2025, at 5:00 PM EST, with the contract period running from January 12, 2026, to March 11, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    MN VALLEY DEBRIS BLOWER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the procurement of a debris blower for the Minnesota Valley National Wildlife Refuge. The required debris blower must feature a 24.6 hp gas engine, a high-efficiency axial flow fan, and a handheld wireless RF controller, among other specifications, with a delivery date set for March 1, 2026. This equipment is crucial for maintaining the refuge's landscape and ensuring the health of its ecosystems. Interested small businesses must submit their quotations by December 22, 2025, to Jeremy Riva at jeremyriva@fws.gov, with the award based on best value considerations including specifications compliance, past experience, and price.