USDA Forest Service Law Enforcement & Investigation Region 13 Zone 2 Patrol Veh UPFIT
ID: 12318725Q0026Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICEWASHINGTON, DC, 20250, USA

NAICS

Motor Vehicle Electrical and Electronic Equipment Manufacturing (336320)

PSC

MISCELLANEOUS VEHICULAR COMPONENTS (2590)

Set Aside

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

    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide upfitting services for law enforcement vehicles, including a 2024 Ram Power Wagon, under RFQ 12318725Q0026. The project involves the procurement and installation of essential emergency equipment, such as lights, sirens, and secure partitions, in compliance with national standards for law enforcement vehicles. This initiative is crucial for ensuring that the Forest Service's law enforcement personnel are equipped with reliable and effective vehicles to support their operational duties. Interested vendors must submit their proposals by November 8, 2024, and can direct inquiries to Drackus Thomas at drackus.thomas@usda.gov or Nicole Green at nicole.green2@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Forest Service is soliciting quotes for the upfitting of law enforcement vehicles, adhering to specified national standards. This Request for Quote (RFQ) process is structured under Federal Acquisition Regulations (FAR) aimed at commercial products and services. The key dates include a closing response deadline of November 8, 2024, with a primary point of contact for queries. The anticipated contract is a total small business set-aside, requiring offers to include a technical and price proposal, as well as representations and certifications. The RFQ encompasses vehicle collection from designated sites, upfitting at the contractor’s location, and return delivery. It mandates that all quotes must cover all items listed in the associated schedule and prohibits partial quotes. The technical proposal should detail the company’s qualifications and prior performance on similar projects, while the price proposal must not disclose pricing in the technical document. The ultimate award will go to the offeror whose proposal is most advantageous, evaluating both technical merit and pricing, with the expectation of a firm fixed-price contract. The awarded contract is set for a duration of 120 days following the award date.
    The document outlines a Workplan for a project titled "USDA FS Region 13 Zone 2 Law Enforcement," associated with the Forest Service's Intermountain Region. It includes an acquisition plan and requisition number, indicating a formal process for procurement. The project entails an operational period from the date of award until its completion. A key item listed is the procurement of a 2024 Ram Power Wagon (VIN: 3C6TR5CJ6RG249553) designated for the USDA Forest Service, located in Lakewood, Colorado, with a quantity of one unit. This work plan highlights the government's commitment to providing necessary tools for law enforcement operations within its jurisdiction. The request for proposals (RFP) emphasizes structured planning in maintenance of safety and operational efficiency in forest management and law enforcement duties.
    The US Department of Agriculture (USDA) issued RFQ 12318725Q0026 for the upfitting of a law enforcement patrol vehicle, a 2024 Ram Power Wagon. The project encompasses the procurement and installation of emergency equipment as per Forest Service policy, ensuring the vehicle supports law enforcement activities. The vendor is tasked with the delivery and installation of specific equipment, including emergency lights, sirens, a partition for prisoner security, and technical components for radio and computer docking. The contract requires the upfitting to be completed within 60 days after vehicle delivery, maintaining uniformity in installation standards across government vehicles. Security measures must be adhered to during storage, and liability for any damage while in the contractor’s possession falls on the contractor. Furthermore, the document outlines specifics about travel responsibility for vehicle logistics and includes requirements related to data rights and compliance with Section 508 standards for electronic information technology. This RFQ reflects the USDA's commitment to ensuring law enforcement vehicles are properly equipped to meet operational demands effectively and safely.
    The document outlines the specifications and requirements for marking Forest Service law enforcement vehicles, including mandatory and optional markings. All vehicles must display a standardized set of decals, such as law enforcement badges and color stripes, to ensure identification and visibility. Specific dimensions and placements for decals, including American flags, agency logos, and warnings for K-9 vehicles, are provided. Markings for K-9 units include reflective decals to enhance safety. Supervisory approval is necessary for adjustments due to vehicle design or visibility requirements. The document also mentions optional identification markings on vehicle roofs and guidance for marking specialty vehicles like ATVs or command vehicles to mimic standard law enforcement vehicles. Overall, the aim is to ensure uniformity and visibility in law enforcement vehicle markings within the Forest Service to enhance safety and operational effectiveness.
    The document is a Request for Quote (RFQ) issued by the U.S. Forest Service under the Department of Agriculture, identified as RFQ 12318725Q0026. It pertains to the upfitting of unmarked vehicles for law enforcement and investigations (LE&I). The document provides instructions for submitting questions, which must be referenced with the RFQ number and sent via email by a specified deadline, November 05, 2024, at 5 PM EST. It emphasizes that only questions submitted using the designated form will be addressed. The purpose of the RFQ is to solicit bids from vendors for the necessary modifications to vehicles, which likely involves the installation of equipment and features conducive to law enforcement operations. The document reflects standard procurement practices within federal contracting, requiring potential bidders to seek clarifications while adhering to formal communication protocols. Overall, it underscores the government's procedural approach to acquiring services necessary for the efficient operation of its law enforcement functions.
    The document outlines the requirements for submitting a Past Performance Questionnaire related to Request for Proposal 12318725Q0026 for the USDA FS LE&I Unmarked Vehicle Upfit project. Offerors must complete this questionnaire for each project included in their proposals to demonstrate relevant past performance. The questionnaire is to be filled out by contracting activities such as clients or owners and submitted directly to the Contract Specialist, Drackus Thomas. The questionnaire includes contractor identification sections, evaluation rating sections (presenting scales for Acceptable, Neutral, and Unacceptable performance), and a narrative summary for feedback. Evaluation factors focus on quality of service, program management, timely delivery, and cost control. The importance of evaluating contractors on their past performance, including identifying strengths and weaknesses, is emphasized to assess reliability and potential risks to the Government. The primary purpose of the document is to establish a structured way to assess contractors' past performances as part of a federal RFP process, ensuring that selected contractors have a proven track record in similar projects. This process is crucial for mitigating performance risks in future government contracts.
    The document outlines the evaluation criteria for proposals submitted in response to a Request for Proposals (RFP) by the government. It presents two main evaluation factors: Technical Proposal and Price. The Technical Proposal is further subdivided into Past Performance and Technical Capability. Past Performance is rated on an adjectival scale of Acceptable, Neutral, or Unacceptable, reflecting the Offeror's previous ability to meet similar requirements. Technical Capability assesses whether the proposal meets the stated requirements, with Acceptable indicating minimal risk of failure and Unacceptable signifying significant deficiencies necessitating major revisions. The Price factor requires vendors to provide firm fixed pricing for specified services, including pickup and delivery logistics. Ultimately, awards will be given to vendors deemed capable based on their Past Performance, Technical Capability, and Price. This document is part of the federal government's procedural framework for ensuring compliance and quality in vendor selection through structured proposals and evaluations in response to RFPs, grants, and varying local/state government needs.
    The document outlines the specifications for an upfit project involving Dell tablets for use in select vehicles, specifically the Chevrolet Silverado, Tahoe, Suburban, and GMC Sierra, Yukon models. Key components requested include the Dell Rugged Tablet NPT Docking Station with power adapter, an Independent Rotation Tablet Display Mount Kit, a Full Travel Keyboard with red backlighting, and various mounting equipment such as a power supply pole mount and tube assemblies. The focus is on equipping these vehicles with durable, versatile tablet setups to meet operational requirements. Each item is linked to product pages for detailed specifications, emphasizing the necessity of ensuring compatibility and functionality based on vehicle type. This request aligns with government RFPs for technology solutions aiming to improve operational efficiency in transportation for public agencies.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USDA Forest Service Region 13 Zone 5 Law Enforcement Vehicle Upfitting
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors for the upfitting of law enforcement vehicles in Region 13, Zone 5, under solicitation RFQ 12318725Q0023. The project requires contractors to provide all necessary parts and materials, collect vehicles from designated National Forest locations, and return them after modifications, all in compliance with established national standards for law enforcement vehicles. This initiative is crucial for enhancing the operational readiness of law enforcement within the Forest Service, ensuring that vehicles are equipped with essential emergency equipment and communication systems. Interested small businesses must submit their quotes by November 1, 2024, and direct any inquiries to Drackus Thomas at drackus.thomas@usda.gov or Nicole Green at nicole.green2@usda.gov by October 29, 2024.
    0212-3305 Emergency WCF Fleet Fire Command Truck Repair
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the repair of a WCF fleet fire command truck (3305), a 2017 RAM 5500, which requires the installation of a replacement short engine block. The selected repair facility must be located within 50 miles of the Pike-San Isabel National Forests in Pueblo, Colorado, and the work must be completed within 30 days of contract award, ensuring timely service for critical fleet operations. This procurement emphasizes the importance of utilizing ASE Certified mechanics and adherence to Federal Acquisition Regulation (FAR) standards, reflecting the government's commitment to quality and compliance in service delivery. Interested parties should direct inquiries to Steven Dahlgren at steven.dahlgren@usda.gov, with proposals due as specified in the solicitation document.
    UTV Trailer for Gunnison Timber
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking proposals from small businesses for the procurement of a Gunnison Timber UTV trailer, intended for delivery to the GMUG Fleet Shop in Delta, Colorado. The trailer specifications include an 83" x 16' tandem axle utility model with a 7000 GVW, featuring essential components such as a 2000 top wind jack, electric brakes, and a treated wood floor, along with various safety and functional enhancements. This procurement is crucial for the operational needs of the Forest Service, emphasizing durability and functionality in challenging delivery conditions. Proposals must be submitted electronically by November 1, 2024, and interested vendors can contact Morgan Sharp at morgan.sharp@usda.gov for further clarification.
    2025-2030 National Mobile Food Service Unit (MFSU) IDIQ
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified vendors to provide National Mobile Food Service Units (MFSUs) through a presolicitation notice for the period of 2025-2030. The procurement aims to secure comprehensive catering solutions for various events and emergencies, particularly in support of wildland fire operations, emphasizing the need for flexibility, scalability, and rapid mobilization of food services. This initiative is critical for ensuring effective logistical support and high-quality food service delivery during both planned operations and emergency responses. Interested vendors must submit their questions and comments by November 4, 2024, to the designated email, and are encouraged to participate in the presolicitation conference scheduled for July 31, 2024, in Boise, ID. For further inquiries, Dana Price can be contacted at dana.price2@usda.gov or (703) 431-6656.
    USDA Forest Service - 20##-20## National Mobile Food Service Unit (MFSU) Support
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking input through a Request for Information (RFI) for the National Mobile Food Services Unit (MFSU) support for the upcoming contract period from 2025 to 2029. This RFI aims to gather industry feedback on potential revisions to the current MFSU support, including updates to dispatch procedures, transportation clauses, and minimum order guarantees, particularly in relation to federal wildland fire incidents in the western United States. The MFSU services are critical for providing food support during emergency operations, with historical spending exceeding $203 million from 2015 to 2018, emphasizing the importance of efficient food service delivery in crisis situations. Interested parties are encouraged to submit their questions and comments via the specified QC Form to the Contracting Officer by the deadline, with further details available from Dana Price at dana.price2@usda.gov or by phone at 703-431-6656.
    Temporary Office Trailer - Base Year + (4) Option Years
    Active
    Agriculture, Department Of
    The US Department of Agriculture's Forest Service seeks bids for a temporary office trailer, a critical need for its operations in Fillmore, Utah. The trailer must measure no larger than 10' x 38' and will be situated on a dirt lot with electrical hookups. Potential vendors should note that flexibility in office space is welcomed, but the specified size is a firm requirement. Amendment 0001 to the solicitation extends the offer due date to August 23rd, 2024, and successful bidders will deliver and set up the trailer, with the contract running from September 2024 to August 2029. Interested parties should contact Terri Tucker at terri.tucker@usda.gov for further details.
    RFI - AFD: Towing, Storage, Maintenance and Disposal of Seized/Forfeited Vehicles for the Districts within the States of Washington, Oregon, Idaho, Montana, and Alaska
    Active
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is seeking qualified contractors for the towing, storage, maintenance, and disposal of seized and forfeited vehicles across the states of Washington, Oregon, Idaho, Montana, and Alaska. The procurement aims to establish a comprehensive framework for managing these vehicles, which includes securing contractor-furnished storage facilities, maintaining asset integrity, and ensuring compliance with federal regulations. This contract will encompass a base year with four one-year options, emphasizing the importance of reliable and compliant vehicle management solutions for government operations. Interested parties must submit a capability statement and completed pricing schedule by November 18, 2024, at 8:00 am EST, and can direct inquiries to Christopher Ottie or James McKay via their provided email addresses.
    25--WA Butler Hansen Road Maintainer
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the procurement of a road maintainer for the Julia Butler Hansen Refuge in Washington, under solicitation number 140FGA24Q0027. The procurement aims to acquire a single unit of a road maintainer that meets specific technical requirements, including adjustable wings, a weight exceeding 2,500 pounds, and delivery within 90 days of contract award. This equipment is crucial for maintaining the infrastructure of wildlife refuges, ensuring operational efficiency and safety. Interested small businesses must submit their quotes by October 28, 2024, and should be registered as active vendors in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, vendors can contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or call 703-358-2313.
    K-9 Transportation Vehicles
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking quotations for the procurement of four K9 Transportation Vehicles based on the Ford F350 chassis for the U.S. Army Tactical Army Command (TACOM). The vehicles must meet specific technical specifications, including configurations for K9 enclosures, safety equipment, and electrical systems, and are intended for international deployment. This acquisition is categorized as a Brand Name procurement under the Federal Acquisition Regulation (FAR), emphasizing the need for standardization due to existing logistical frameworks. Interested vendors must submit their quotes, including compliance documentation, by the deadline of 4:00 P.M. ECSD on November 15, 2024, to the primary contact, Jack Brothers, at jack.brothers@gsa.gov. Late submissions will not be considered.
    Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services
    Active
    Agriculture, Department Of
    Presolicitation AGRICULTURE, DEPARTMENT OF FOREST SERVICE is seeking Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services in Boise, ID, USA. The service is typically used for inspection, maintenance, repair, inventory management, engineering support, training, and coordination activities to ensure operational readiness for eight (8) Modular Airborne Fire Fighting Systems, second generation (MAFFS II), and associated ground equipment during the wildland fire season and throughout the year. The anticipated response date is 31 March 2024 at 1400 MT. The set aside code is Total Small Business Set-Aside (FAR 19.5). The NAICS code is 488190 – Other Support Activates for Air Transportation. The small business size standard is $40 Million. The Forest Service intends to issue a request for quotes (RFQ) on or around 1 March 2024. The resulting contract will be a firm-fixed priced (FFP), indefinite-delivery, indefinite-quantity (IDIQ) contract with a twelve (12)-month base period and four (4), twelve (12)-month option periods. Interested parties shall submit quotes through e-mail to the Contracting Officer, Gwen Boyle, at Gwendolynn.Boyle@usda.gov. Contractors must be registered and active in the SAM.gov database prior to contract award. All invoices for this procurement shall be submitted through the Department of Treasury’s Internet Payment Platform (IPP). For further information, please contact Gwen Boyle at Gwendolynn.Boyle@usda.gov.