Uninstall Law Enforcement (LE) equipment from 6 LE
ID: 140L1225Q0031Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCALIFORNIA STATE OFFICESACRAMENTO, CA, 95825, USA

NAICS

General Automotive Repair (811111)

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 Bureau of Land Management (BLM) is seeking qualified contractors to uninstall and install Law Enforcement (LE) equipment in vehicles as part of a combined synopsis/solicitation under RFQ number 140L1225Q0031. The project involves removing existing equipment from six older LE vehicles and installing new equipment in seven newly acquired vehicles, including radios, covert antennas, LED lights, and emergency systems, all in compliance with California and BLM standards. This procurement is crucial for ensuring that law enforcement personnel are equipped with reliable vehicles to effectively perform their duties. Interested small businesses must submit firm, fixed-price quotes by June 24, 2025, and can contact Michael Anson at manson@blm.gov or call 279-977-3565 for further information.

    Point(s) of Contact
    Anson, Michael
    (279) 977-3565
    (916) 978-4444
    manson@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) seeks contractor services for outfitting vehicles used by the Office of Law Enforcement & Security (OLES) with essential law enforcement equipment. This Performance Work Statement details a scope of work that includes removing existing equipment from older vehicles and installing new fittings in newly acquired unmarked vehicles in compliance with state and agency standards. The contractor must ensure installations are completed within 45 days of contract award and meet safety and quality requirements while working collaboratively with BLM personnel. Specific tasks involve stripping equipment from six older vehicles and installing law enforcement equipment in seven new vehicles, including radios, covert antennas, LED lights, and emergency systems. The BLM will provide some necessary materials and equipment, while the contractor is responsible for all associated costs, including transportation as needed. The document also outlines quality assurance measures and expectations on the warranty of installed equipment. This procurement effort underlines BLM's commitment to equipping its law enforcement personnel with reliable vehicles to safely perform their duties.
    The Bureau of Land Management (BLM) is soliciting quotations under Request for Quotation (RFQ) number 140L1225Q0031 for the installation and removal of Law Enforcement (LE) equipment in vehicles, specifically to uninstall equipment in six vehicles and install equipment in seven vehicles following California and Bureau standards. This combined synopsis/solicitation invites firms to submit firm, fixed-price quotes due by June 24, 2025. The RFQ is set aside for small businesses, specifically under NAICS code 811111 (General Automotive Repair). Interested parties must register in the System for Award Management (SAM). Quotes must include a completed Standard Form 18, a pricing schedule, and a detailed work plan aligning with the Performance Work Statement. The RFQ outlines factors for evaluation, bidding procedures, and performance requirements. The solicitation incorporates several federal acquisition clauses and mandates adherence to standards such as the electronic invoicing requirements via the Invoice Processing Platform. This document reflects the government's structured approach to procure necessary services while ensuring compliance with federal regulations and supporting small businesses in the bidding process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    R--This is a sources sought, request for information
    Interior, Department Of The
    The Bureau of Land Management (BLM), part of the Department of the Interior, is issuing a Sources Sought Notice and Request for Information (RFI) for an Energy Management Information System (EMIS). The primary objective of this RFI is to gather information for planning purposes regarding a system that will centralize energy auditing, manage utility data across approximately 2,200 accounts and 175 facilities, and support federal energy conservation mandates, with an annual utility cost of around $9.4 million. The EMIS will be crucial for tracking energy and water consumption, renewable energy generation, and greenhouse gas emissions, while also providing various reporting capabilities and integrating with existing financial systems. Interested firms are encouraged to contact Shane Mundt at smundt@blm.gov or call 406-594-9282 to discuss their capabilities and insights regarding this opportunity.
    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.
    Ford Explorer ST (Qty: 11)
    General Services Administration
    The General Services Administration (GSA) is seeking quotations for the procurement of eleven (11) Ford Explorer ST vehicles for the Immigration and Customs Enforcement Agency. The vehicles must meet specific requirements, including a gasoline V6 engine, 4WD capability, and various performance specifications such as a Gross Vehicle Weight Rating (GVWR) of 6,150 lbs and a towing capacity of 5,000 lbs. This procurement is a total small business set-aside, with proposals due by December 17, 2025, and questions accepted until December 16, 2025. Interested vendors must ensure active registrations in SAM.gov and GSAFleet.gov and submit their quotes via email to the designated contacts, Fisher Hallett and April Stanch.
    Chevy Tahoes (QTY:4)
    General Services Administration
    The General Services Administration (GSA) is seeking quotations for the procurement of four Chevrolet Tahoes for the Immigration and Customs Enforcement Agency, under Request for Quotation (RFQ) 47QMCA26Q0020. The vehicles required are model year 2025 Chevy Tahoe RSTs, equipped with specific performance features and to be delivered by December 31, 2025, to a designated location in Toms River, New Jersey. This procurement is a total small business set-aside, emphasizing the importance of technical compliance, delivery terms, and past performance in the evaluation process. Interested vendors must submit their quotes by December 17, 2025, and can direct inquiries to Fisher Hallett or April Stanch via email.
    59--RM YOUNG REPAIR PARTS, FY26
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management at the National Interagency Fire Center, intends to negotiate a contract with R.M. Young Company, LLC for the procurement of repair and calibration parts for the R.M. Young Wind Speed and Wind Direction Sensor. This acquisition is critical for maintaining the functionality of equipment used in monitoring environmental conditions, which is essential for effective fire management and response operations. The estimated value of this contract is $202,465.82, and interested parties must submit their qualifications by 5 PM Eastern on December 26, 2025, to be considered, as no Request for Quotation will be issued. For inquiries, contact Casey Gean Boyd at cmboyd@blm.gov.
    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.
    61--CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide a 200 hp outboard motor for law enforcement patrol boats operating on Montana's lakes and rivers. The procurement involves a firm-fixed-price contract for one motor, which must meet specific technical requirements, including compatibility with Smartcraft, and include necessary installation components and labor. This acquisition is critical for enhancing law enforcement capabilities in the region, ensuring effective patrols over long distances in various water conditions. Interested parties must submit their quotes by January 2, 2026, with the contract performance period set from January 12, 2026, to March 13, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    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.
    LABORATORY EQUIPMENT INSPECTION, CALIBRATION AND REPAIR SERVICES
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking a contractor to provide Laboratory Equipment Inspection, Calibration, and Repair Services to support roadwork projects across 19 Western states, including Alaska, Arizona, and California. The procurement involves a Blanket Purchase Agreement (BPA) for a base year and four option years, with an estimated total value of $350,000, focusing on the inspection, calibration, and repair of highway materials testing equipment at various facilities and mobile trailers. Contractors must possess current A2LA accreditation to ISO/IEC 17025, utilize NIST-traceable measuring devices, and employ qualified personnel, ensuring compliance with AASHTO and ASTM standards. Interested parties should contact Chinh Le at Chinh.Le@dot.gov or call 720-963-3549 for further details and must adhere to strict invoicing requirements via the DELPHI iSupplier system.
    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.