K--Vehicle Upfitting
ID: 140L0625Q0002Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, USA

NAICS

Motor Vehicle Body Manufacturing (336211)

PSC

MODIFICATION OF EQUIPMENT- VEHICULAR EQUIPMENT COMPONENTS (K025)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking qualified contractors for vehicle upfitting services specifically designed for wildland fire vehicles, as part of its efforts to enhance fire suppression capabilities. The procurement involves modifying government-provided vehicle chassis to meet Federal Motor Vehicle Safety Standards (FMVSS) and National Fire Protection Association (NFPA) standards, ensuring that the modifications do not interfere with the original equipment manufacturer's systems while incorporating essential features for off-road use. This initiative is crucial for maintaining operational efficiency and safety in land management, particularly in fire management operations. Interested small businesses must submit their quotations by December 9, 2024, and direct inquiries to Ian Steinheimer at isteinheimer@blm.gov or by phone at 303-236-6609.

    Point(s) of Contact
    Files
    Title
    Posted
    The Past Performance Reference Template is a structured document required for assessing contractor experience related to the construction of wildland fire apparatus intended for off-road use. It captures essential project details, including the contract/order number, project title, and a brief work description. Key fields include the project manager's name, contract type, and financial details such as original and final contract amounts, along with relevant dates. Additionally, information regarding the awarding agency, including a point of contact’s details—title, email, phone, and physical address—is vital. This template serves as a reference point to establish the contractor's credibility and performance history in relevant work, thereby supporting proposal evaluations in federal, state, and local RFPs. The emphasis on past performance is crucial in ensuring that selected contractors possess adequate experience and capability in building specialized fire apparatus, reinforcing the importance of context-specific expertise in the contractor selection process.
    The document involves a series of vehicle orders placed by the Bureau of Land Management (BLM) for various models of Ford vehicles, including the F-250 and F-350 SuperCrew and Crew Cab Diesel variants, as well as a Chevy Tahoe. Each order lists selected options that include base prices, additional features for emergency equipment, protection items, and modifications tailored to agency specifications. The majority of entries indicate a price of $0.00, suggesting these costs are part of a larger contractual agreement or possibly in a stage that does not disclose specific financial details. The document is structured around vehicle orders labeled by classes (651 to 661), detailing options and costs per vehicle as part of federal procurement processes. Its aim aligns with government RFPs, emphasizing standardization of agency vehicles to support operational needs in land management. The lack of detailed pricing likely indicates pre-approval or budgeting processes in progress, demonstrating the government's methodical approach to fleet management and asset procurement.
    The Bureau of Land Management (BLM) has outlined a detailed vehicle order involving various advanced vehicle features and upgrades focused on ensuring operational efficiency and safety for agency personnel. The selected options include pre-wiring for agency radios, multiple emergency lighting options, floor-mounted consoles, skid plates for impact protection, and heavy-duty front bumpers. Additionally, features such as cell phone signal boosters, in-cab inverters, and GPS tracking cable prewiring have been specified to enhance connectivity and functionality. Each selected option is priced at $0.00, indicating that these upgrades are already accounted for within the vehicle's standard costs. The document employs a structured approach, categorizing vehicle features for improved organization and clarity. The overarching purpose of the document is to ensure the BLM's fleet is adequately equipped to meet operational demands while adhering to budgetary constraints consistent with federal guidelines on RFPs and grants.
    The document outlines the specifics of a firm-fixed price contract related to chassis upfitting services. It confirms that the government will deliver chassis to the contractor's facility, each with at least a quarter tank of fuel. The upfitting services will occur at the contractor's facility, and the timeline for production is contingent upon the contractor's delivery schedule. It specifies that all class 653 chassis include OEM switch panels, while other classes do not. The vehicles' make and model can be found in a revised price schedule, which also includes pricing for additional items. The document reinforces the requirement for complete pricing for all vehicles outlined in the schedule. Overall, it serves to clarify procedural and pricing details crucial for potential contractors responding to the government Request for Proposal (RFP), ensuring adherence to requirements and the successful execution of the project.
    This document serves as an amendment to solicitation number 140L0625Q0002, clarifying terms related to the receipt of offers and modifications to existing contracts or orders. It stipulates that bidders must acknowledge receipt of the amendment through specified methods prior to the indicated deadline. The amendment is intended to provide answers to questions from potential offerors and includes a revised price schedule. It highlights the necessity for all participants to comply with the new terms while emphasizing that changes made to existing submissions must be communicated before the opening hour. The document outlines the administrative requirements and legal authority under which the changes are applied, ensuring that prior terms remain intact unless specifically altered. Overall, this amendment seeks to enhance clarity and facilitate the bidding process in compliance with federal acquisition regulations.
    This government file outlines an amendment to a solicitation identified as 140L0625Q0002, specifically issued by the Bureau of Land Management (BLM) in Denver, Colorado. The primary purpose of the amendment is to extend the deadline for submitting offers from December 02, 2024, to December 09, 2024. The document specifies that anyone responding must acknowledge receipt of the amendment via designated methods such as by acknowledging on each copy of the submitted offer or through separate communication. Failure to do so may result in the rejection of the offer. The amendment modifies the contract terms while ensuring that all previously specified terms and conditions remain unchanged. This type of amendment is typical within federal procurement processes, ensuring transparency and compliance with regulations while accommodating contractor needs through deadline extensions. Overall, the document reflects procedural protocols in government solicitations and highlights the importance of timely communication in the contracting process.
    The Bureau of Land Management (BLM) is soliciting quotations for vehicle upfitting, which includes modifications and accessories for vehicles intended for use on secondary and primitive roads. This procurement is designated as a total small business set-aside under NAICS code 336211, requiring vendors to maintain active registration in SAM.gov. Interested quoters must submit their complete quotation via email by December 2, 2024, and direct any inquiries regarding this solicitation to specified BLM email addresses by November 15, 2024. The solicitation follows FAR 13.5 procedures and incorporates necessary provisions, clauses, and requirements, including representations and certifications for commercial products. Evaluation criteria will consider price, technical merits, and past performance. Attachments provided include specifications, a price schedule, and a past performance reference template necessary for quoters. The document emphasizes compliance with federal mandates and guidelines during the bidding and execution phases. It highlights the government’s intent to modernize its vehicle capabilities while ensuring that small businesses can competently participate in federal contracting opportunities.
    The Bureau of Land Management (BLM) requires upfitting services for wildland fire vehicles to support prescribed and wildland fire suppression efforts. The government-provided vehicle chassis must undergo modifications to comply with Federal Motor Vehicle Safety Standards (FMVSS) and National Fire Protection Association (NFPA) standards. Key requirements include ensuring that modifications do not interfere with the OEM's mechanical and electrical systems, adhering to rigorous workmanship standards, and incorporating features essential for off-road use. Details encompass chassis capabilities, project documentation, warranties on workmanship, and compliance with strict design guidelines. The delivery process outlines acceptance protocols, storage conditions, and damage accountability during transit. Additionally, extensive specifications are provided for structural enhancements, safety features, and equipment configurations, including optional items tailored to specific operational needs. Overall, this document serves as a comprehensive RFP for contractors to deliver high-functioning wildland fire apparatus that guarantees safety, efficiency, and long-term operational reliability, reflecting the government's commitment to effective fire management.
    Lifecycle
    Title
    Type
    Vehicle Upfitting
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    ARKANSAS LOOP THINNING AND SEEDING
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals for the FY2026 Arkansas Loop Thinning Project, which involves manual fuels reduction and seeding across approximately 213 acres located northeast of Aztec, New Mexico. The project is structured into five options, with the first option covering 125 acres and the remaining options contingent on funding availability; work will include hand-cutting pinyon and juniper trees, managing slash, and pre-thinning seeding. This initiative is critical for forest management and conservation efforts, ensuring ecological balance while adhering to specific guidelines regarding migratory birds and big game habitats. Interested small businesses must submit their quotes by January 23, 2026, following a site visit scheduled for January 14, 2026, and should contact Audrey Whetham at awhetham@blm.gov for further information.
    F--Synopsis of Contract Award Actions-140L0125R0007
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is announcing a special notice regarding the contract award actions for Wild Horse and Burro On-Range Drive Trapping Services. The procurement involves the issuance of Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with the primary objective of managing wild horse and burro populations across various BLM lands in states including Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, and Wyoming. This initiative is crucial for the conservation of natural resources and the effective management of wild equine populations, ensuring ecological balance and compliance with federal regulations. Interested small businesses can reach out to Lisa Turner at lturner@blm.gov or by phone at 405-435-6044 for further details, with the contract award date set for December 15, 2025.
    F--BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota. The contract will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated exclusive use period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific technical specifications and personnel qualifications. Interested small businesses must submit their proposals by December 30, 2025, at 1300 PS, and should direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.
    MN Litchfield WMD - UTV with Trade-in
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a new Utility Terrain Vehicle (UTV) with a trade-in option for a 2017 Polaris Ranger as part of their operations at the Litchfield Wetland Management District (WMD). The UTV must meet specific requirements, including a 950 cc/65 HP engine, automatic transmission, and features suitable for safe operation in cold weather, such as power steering and a full cab with heating. This procurement is critical for enhancing operational efficiency in wildlife management activities, with quotes due by January 7, 2026, at 2:00 PM ET, and submissions should be directed to Dana Arnold at danaarnold@fws.gov. The contract will be awarded based on best value, considering both technical specifications and pricing, with the contractor responsible for delivery to the specified location in Litchfield, MN.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    49--NV-AMARGOSA PFISH RCH STA-WTR TRUCK REPA
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking a contractor for the repair of a water truck at the Amargosa Pupfish Research Station in Amargosa Valley, Nevada. The project involves comprehensive repairs on a 2009 Freightliner water truck, addressing various mechanical issues such as fault codes, oil leaks, fuel system problems, and more, with a requirement for completion within 30 days of contract award. This procurement is critical for maintaining operational efficiency at the research station, ensuring reliable transportation for water resources. Interested small businesses must submit their quotes by September 18, 2025, at 5 PM ET, and are required to acknowledge receipt of the solicitation amendment by December 16, 2025, to be considered for the contract. For further inquiries, contact Kathryn Coltran at kathryncoltran@fws.gov.
    MN Morris WMD - UTV with Two Trade-ins
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the procurement of a 6x6 Utility Task Vehicle (UTV) along with the trade-in of two existing vehicles, specifically a 2009 Argo Avenger and a 2016 Polaris Ranger, for the Morris Wetland Management District (WMD). The UTV must meet specific technical specifications, including features such as a roll-over protection system, enclosed cab with climate control, and a power-tilting bed, with proposals evaluated based on technical compliance, lead time, and pricing. This procurement is crucial for enhancing operational capabilities in wildlife management and habitat conservation efforts. Interested vendors must submit their proposals by January 8, 2026, at 2:00 PM ET, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    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.
    T--On-Call/Exclusive Use Unmanned Aircraft Systems (UAS) Emergency Fire Flight Ser
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for on-call and/or exclusive use Unmanned Aircraft Systems (UAS) emergency fire flight services to support the Office of Aviation Services. This procurement aims to provide essential aerial support for fire management across the contiguous lower 48 states over a five-year ordering period. The successful contractor must be registered in the System for Award Management (SAM.gov) and comply with the requirements outlined in the solicitation, which is set aside for small businesses under NAICS code 541370. The anticipated solicitation issue date is January 5, 2026, with a closing date projected for February 4, 2026. For further inquiries, interested parties may contact Stephanie Boles at stephanieboles@ibc.doi.gov.