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
  1. 1
    Posted Oct 29, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 26, 2024, 12:00 AM UTC
  3. 3
    Due Dec 9, 2024, 10:00 PM UTC
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
Nov 26, 2024, 6:16 PM UTC
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.
Nov 26, 2024, 6:16 PM UTC
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.
Nov 26, 2024, 6:16 PM UTC
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.
Nov 26, 2024, 6:16 PM UTC
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.
Nov 26, 2024, 6:16 PM UTC
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.
Nov 26, 2024, 6:16 PM UTC
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.
Nov 26, 2024, 6:16 PM UTC
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.
Nov 26, 2024, 6:16 PM UTC
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
49--VEHICLE OUTFITTING FOR LAW ENFORCEMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors for the outfitting of law enforcement vehicles, including the installation of essential safety and operational equipment. The procurement aims to enhance the capabilities of emergency vehicles by ensuring compliance with California's emergency vehicle standards, which includes outfitting new vehicles and decommissioning old ones, with a focus on safety and thorough documentation. Interested vendors must submit firm, fixed-price quotes by April 11, 2025, for the performance period running from April 16, 2025, to July 31, 2025, and are required to comply with federal wage determinations and labor standards. For further inquiries, potential bidders can contact Branden Bayze at bbayze@blm.gov.
F--BLM NORWOOD RIM MECHANICAL FUELS REDUCTION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting quotes for the Norwood Rim Mechanical Fuels Reduction project, which aims to reduce hazardous fuel loads on 150 acres of BLM land northeast of Norwood, Colorado. The project involves cutting and piling Pinyon and Juniper trees to achieve appropriate crown spacing, with work scheduled to commence between September 2 and October 14, 2025. This initiative is crucial for enhancing land management and environmental protection efforts in the region. Interested vendors must submit their quotes electronically by May 16, 2025, and may inquire about the project until May 12, 2025; a site visit for bidders is scheduled for May 6, 2025. For further information, contractors can contact Daniel Rosales at drosales@blm.gov.
FUELS REDUCTION, THINNING, AND HAZARD TREE REMOVAL
Buyer not available
The Bureau of Land Management (BLM) is seeking quotes for Hazard Tree Mitigation, Forest Health Thinning, and Fuels Reduction Support Services through Request for Quotation (RFQ) 140L1225Q0011. The procurement aims to enhance forest health and reduce wildfire risks by addressing tree hazards and associated slash treatment in compliance with specified performance work statements. This initiative is crucial for promoting environmentally responsible forestry management practices while ensuring compliance with federal procurement and labor laws. Interested contractors must register on SAM.gov and submit their quotes by May 7, 2025, following a mandatory site visit scheduled for April 21, 2025. For inquiries, contact Karianne Lerum at klerum@blm.gov.
BMD RV&AIRPORT TRAILER SIDING REPLACEMNT
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of sidings and skirts on trailers located at Clark RV Park and the Air Tanker Base in Battle Mountain, Nevada. The project entails the removal of existing materials and installation of new vinyl siding, weather barriers, and insulated skirts, with a focus on compliance with local codes and minimal disruption to residents. This initiative underscores BLM's commitment to maintaining its facilities to ensure safety and functionality. Interested contractors must submit their proposals by April 30, 2025, with an estimated project cost between $25,000 and $100,000, and can direct inquiries to Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420.
HOUSE ON FIRE PARKING AREA GRAVEL
Buyer not available
The Bureau of Land Management (BLM) is soliciting quotations for the procurement of road base materials to construct a parking area at the House on Fire Trail Head in San Juan, Utah. Specifically, the BLM requires 410 tons of 2" Granular Borrow and 450 tons of 1-½” Untreated Base Course (UTBC), with delivery expected within 30 days after receipt of the order. This procurement is set aside for small businesses under NAICS code 212321, emphasizing the importance of compliance with federal regulations and procurement standards. Interested parties must submit their quotations via email to Contract Specialist Mark Renforth by May 5, 2025, and may direct any questions regarding the solicitation to him by April 29, 2025.
X--RV SPACE RENTALS
Buyer not available
The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) intends to negotiate a contract with JON & MARYN INVESTMENTS, LLC for the rental of two RV spaces to accommodate BLM-owned mobile homes for temporary quarters for firefighters. This procurement is essential for providing adequate housing during fire response operations, ensuring that personnel have necessary accommodations while on duty. The estimated value of this acquisition is less than $70,000, and it is set aside for small businesses under NAICS code 721211. Interested parties who believe they can meet the requirements are encouraged to contact Traci Thaler at tthaler@blm.gov by April 30, 2025, to express their interest and provide evidence of their capability.
Y--NIFC CMPS FIRE HYDRANT REPAIR
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is soliciting quotations for the repair of fire hydrants at the National Interagency Fire Center (NIFC) in Boise, Idaho. The project involves the removal and replacement of a defective fire hydrant, requiring compliance with federal and local regulations, including safety protocols and adherence to the Buy American statute. This initiative is crucial for maintaining fire safety infrastructure, ensuring operational readiness for emergency response, and aligning with local fire codes. Interested small businesses must submit their quotations electronically by the specified deadlines, with a project completion date set for October 31, 2025. For further inquiries, contact Matthew Steele at masteele@blm.gov or call 208-387-5130.
T--Photography/ Videography BPA Set Up 2025-2028
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for a Blanket Purchase Agreement (BPA) to provide photography and videography services from May 2025 through April 2028. The objective is to capture various aspects of the BLM Fire program, including wildland fire activities, fuels management projects, and fire preparedness efforts, with a focus on producing high-quality media suitable for public dissemination. This initiative is crucial for enhancing public awareness and communication regarding the BLM's fire management efforts, ensuring that all content produced remains under government ownership. Interested small businesses must submit their proposals, including hourly pricing and service offerings, by May 5, 2025, and can direct inquiries to Miranda Schindel at mjschindel@blm.gov or by phone at 208-387-5431.
NIFC 300 JWH MPR Suite
Buyer not available
The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the renovation of the NIFC 300 JWH MPR Suite and NICC Repairs at the National Interagency Fire Center in Boise, Idaho. This project involves comprehensive renovations, including demolition, remodeling, and upgrades to meet current safety and operational standards, with a focus on enhancing functionality for government personnel. The work is critical for modernizing facilities that support interagency coordination during fire seasons, ensuring compliance with federal regulations and labor standards. Interested small businesses must submit their proposals by the specified deadlines, and for further inquiries, they can contact Matthew Steele at masteele@blm.gov or call 208-387-5130.
TOP OF THE WORLD WUI PILE THINNING 2025
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is seeking quotes for the "Top of the World WUI Pile Thinning 2025" project aimed at reducing wildfire risks in Catron County, New Mexico. This initiative involves hand thinning piñon and juniper trees across an estimated 450 acres to mitigate fire hazards and promote forest health, with a focus on environmental conservation practices. The procurement is set aside for small businesses, with a firm-fixed price contract to be awarded based on the lowest price technically acceptable. Interested contractors must submit their bids by May 9, 2025, and can contact Audrey Whetham at awhetham@blm.gov for further information.