ORPI FY25 LE FLEET DECOM & UPFIT
ID: 140P1525Q0038Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR ARIZONA(12400)FLAGSTAFF, AZ, 86001, USA

NAICS

Motor Vehicle Electrical and Electronic Equipment Manufacturing (336320)

PSC

ELECTRIC VEHICULAR LIGHTS AND FIXTURES (6220)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service (NPS), is seeking quotations for vehicle equipment disassembly and upfitting services as part of the ORPI FY25 LE Fleet Decom & Upfit project. This procurement involves the installation of emergency and communications equipment in new Ford F150 trucks, with a focus on ensuring safety and operational effectiveness through specific installation requirements and compliance with federal standards. The project is designated as a 100% Small Business Set Aside, with a contract value expected to be under $25,000, and the period of performance is from February 26, 2025, to June 30, 2025. Interested vendors must submit their quotes via email to Donald Tremble at donald_tremble@nps.gov by the specified deadlines, adhering to all submission requirements outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications for a vehicle upfitting project involving the installation of emergency and communications equipment in new Ford F150 trucks. It mandates a minimum one-year warranty for wiring and installation, completion of the vehicles within 15 business days, and the return of decommissioned vehicles to the GSA Metro Phoenix Auto Auction. Key features include a timer for emergency equipment, uniform mounting of siren controls, an organized console setup, and distinct lighting functions such as black-out capabilities. The document details both new installations and reused equipment, specifying the types of lights, radios, and other components required for the vehicles. It also includes guidelines on vehicle marking, such as reflective characters for ‘ghost marked’ vehicles and the use of high-visibility chevrons. The emphasis is on formalizing specifications to ensure safety, operational effectiveness, and adherence to governmental standards. This project is part of the broader framework of federal RFPs, aimed at promoting uniformity and efficiency in government vehicle operations and emergency response capabilities.
    The National Park Service (NPS) has issued Solicitation #140P1525Q0038 as a combined synopsis/solicitation for commercial items, specifically in support of the Organ Pipe Cactus National Monument. This solicitation is designated as a 100% Small Business Set Aside under NAICS code 336320, with a firm fixed price contract expected to be awarded based on price, technical capability, and past performance from eligible vendors. Interested parties must be registered in the System for Award Management (SAM) and submit their quotes via email to the designated contract officer, Donald Tremble. The project has a magnitude of under $25,000, and a detailed checklist of submission requirements is provided to ensure all necessary documentation is included. The solicitation includes various Federal Acquisition Regulation (FAR) clauses that outline compliance requirements for contractors, emphasizing acceptable practices around confidentiality, labor standards, and use of specific technologies. This document serves to facilitate equitable procurement and ensure compliance with federal standards while promoting small business participation in federal contracting opportunities.
    This document is a Request for Quotation (RFQ) issued by the National Park Service (NPS), specifically the Arizona MABO office. It invites vendors to submit quotations for vehicle equipment disassembly and upfitting services as detailed in the attached statement of work. The period of performance is set from February 26, 2025, to June 30, 2025, with a delivery deadline of June 30, 2025. The RFQ indicates that it is not a commitment for the government to purchase but rather a request for information and potential pricing. Quotations are solicited for the fleet disassembly and upfitting under the product/service code N025. Additionally, contact persons for further inquiries are provided, emphasizing the importance of adherence to submission dates and accurate representations in quotations. The document underscores the necessity for compliance with federal regulations and encourages vendors to indicate if they cannot provide a quote. Overall, it serves as a formal solicitation for contractors to engage with government services effectively.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fire Command Vehicle Upfitting
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified small businesses to provide upfitting services for Fire Command Vehicles under solicitation number 140L0625Q0005. The contract aims to enhance the operational capabilities of these vehicles, which are critical for effective wildland fire suppression, by ensuring compliance with safety and performance standards set by federal regulations. The performance period for this contract is from June 2, 2025, to June 1, 2030, with a focus on inclusivity, encouraging participation from small businesses, including those owned by disabled veterans and women. Interested parties must submit their quotations electronically by March 12, 2025, and can direct inquiries to Addison Page at apage@blm.gov or by phone at 303-236-3800.
    J--MN FWS ARD FSHRS Fish Distribution Truck Repair BP
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking to establish a Blanket Purchase Agreement (BPA) for the repair of large diesel trucks used in fish distribution efforts across three National Fish Hatcheries in Michigan and Wisconsin. The BPA, valued at up to $250,000, will cover a five-year period from April 1, 2025, to March 30, 2030, and aims to ensure the operational readiness of the fleet by providing necessary diagnostics and repair services. This initiative is crucial for maintaining transportation resources essential for wildlife conservation and restoration efforts in the Great Lakes region. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    J--VEHICLE REPAIRS
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide services for the replacement of the engine and related components in a Ford 550 Super Duty fire emergency vehicle. The procurement is a 100% Total Small Business Set-Aside, adhering to Federal Acquisition Regulation (FAR) guidelines, and aims to ensure the vehicle is operational for emergency response. Proposals will be evaluated based on a Lowest Price Technically Acceptable (LPTA) basis, with quotes due by February 19, 2025, and the contract period of performance scheduled from February 21, 2025, to March 21, 2025. Interested parties should direct inquiries to Rachel Henriques at rhenriques@blm.gov or call 602-856-6584.
    AK-KENAI FWFO-POLARIS RZR 1000XP
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the procurement of one Polaris UTV or an equivalent vehicle for the Kenai Fish and Wildlife Field Office, with a delivery deadline set for April 1, 2025. The procurement is a total small business set-aside under NAICS code 336999, and the UTV must meet specific requirements, including a minimum passenger capacity of two, a fuel capacity of nine gallons, and electronic fuel injection, among other performance criteria. This vehicle is essential for the agency's operational needs in wildlife management and conservation efforts. Interested small businesses must submit their quotes by February 20, 2025, and can direct inquiries to Marshall Richard at marshallrichard@fws.gov.
    ROMO REPLACE SEPTIC TRUCK TANK
    Buyer not available
    The National Park Service, under the Department of the Interior, is soliciting proposals for the replacement of a septic truck tank at Rocky Mountain National Park. The project involves the installation of a new 2650-gallon aluminum vacuum septic tank on an existing truck chassis, requiring compliance with federal DOT guidelines and the removal of the old tank, along with necessary plumbing and electrical installations. This procurement is critical for maintaining the park's operational efficiency and safety standards, particularly in high-altitude environments. Interested small businesses must submit their proposals by February 21, 2025, and can contact Luke Bowman at lukebowman@nps.gov or 928-638-7363 for further information.
    Roller and Asphalt Milling Equipment Rentals for F
    Buyer not available
    The National Park Service, under the Department of the Interior, is seeking quotations for the rental of roller and asphalt milling equipment for Yellowstone National Park, with a performance period from July 1 to October 31, 2025. The procurement includes the rental of two pneumatic compactors and one cold asphalt milling machine, along with operator training, emphasizing the need for modern equipment that meets specific safety and performance standards. This initiative is crucial for enhancing the park's infrastructure while ensuring compliance with federal safety regulations and operational efficiency. Interested small businesses must submit their quotations by the specified deadline and can contact Colton Nelson at coltonnelson@nps.gov or 720-390-0199 for further details.
    VIPR I-BPA for Vehicle with Driver for Region 3 ONLY (Pickup & Stake Side)
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking qualified vendors to provide vehicles with drivers, specifically pickups and stakeside trucks, for fire suppression and emergency operations in Region 3. This procurement is part of a Multiple Award Incident Blanket Purchase Agreement (IBPA) set aside exclusively for small businesses, including categories such as Service-Disabled Veteran-Owned and Women-Owned Small Businesses, aimed at ensuring adequate resources for local, regional, and national fire response efforts. Interested contractors must submit their quotes via the Virtual Incident Procurement (VIPR) system by March 4, 2025, with evaluations based on operational acceptability, price reasonableness, and past performance. For further inquiries, potential bidders can contact Joseph Perkins at joseph.perkinsv@usda.gov or by phone at 980-419-3768.
    VIPR I-BPA for Mechanic with Service Truck for Regions 5 & 6
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking qualified vendors to provide mechanic services with a service truck for Regions 5 and 6, primarily for use during fire suppression and all-hazard incidents. This opportunity is part of a Multiple Award Incident Blanket Purchase Agreement (IBPA) and is a total small business set-aside, allowing new and existing contractors to submit quotes during the open season onboarding period. The solicitation has been re-opened, with responses due by March 3, 2025, at 17:00 MST, and all submissions must meet the original solicitation's criteria and evaluation factors. Interested parties can contact Chase Knight at chase.knight@usda.gov or by phone at 458-218-2120 for further information.
    New Vehicle - Trucks
    Buyer not available
    The Executive Office of the President is seeking vendors for a Sources Sought Announcement related to a Truck Box Build-Out project, aimed at gathering market research for new vehicle procurement. The initiative requires vendors capable of completing the build-out of trucks with specific configurations, including 14' and 18' boxes, within a six-month timeframe. This procurement is crucial for ensuring that the government has access to reliable and compliant vehicles that meet federal standards, enhancing operational efficiency. Interested vendors must submit their information, including a signed Non-Disclosure Agreement, via email by February 21, 2025, and inquiries should be directed to the designated contacts, Heather Poindexter and Travis Kelson, at their respective email addresses.
    Non-Tactical Vehicles (NTV) 4x4 Truck Rental NTC 25-06
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide rental services for 24 Non-Tactical 4x4 Vehicles (NTVs) to support the 3/1 CAV during the NTC 25-06 Rotation at Fort Irwin, California. The procurement emphasizes a Firm-Fixed-Price Contract, with vehicles required to be operational in diverse terrains and equipped with amenities such as air conditioning and power windows, ensuring they meet military training needs. This solicitation is crucial for maintaining effective transportation support during military operations, with a performance period from March 12, 2025, to April 29, 2025. Interested parties must submit their quotations electronically by February 28, 2025, and can contact SSG Rob Anderson at robert.l.anderson505.mil@army.mil or Darnyell Parker at darnyell.c.parker.civ@army.mil for further information.