AFWFB/USFWS Vehicle and Upfit
ID: 140FS225Q0118Type: Solicitation
AwardedJun 4, 2025
$103.9K$103,895
AwardeeSNF, INC. 1810 BANKS DR Weatherford TX 76087 USA
Award #:140FS225P0207
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Motor Vehicle Body Manufacturing (336211)

PSC

FIRE FIGHTING EQUIPMENT (4210)

Set Aside

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

    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide a Fire Command Vehicle and Upfit, specifically designed for the agency's fire management operations. The procurement requires a 2025 Ford F-250 chassis, which will undergo extensive customizations to meet operational needs, including the installation of electrical systems for radios and emergency lighting, reinforced safety features, and adherence to specific environmental and safety standards. This vehicle is crucial for supporting wildlife operations in challenging environments, ensuring both functionality and safety during emergency responses. Quotations are due by 5:00 PM EDT on May 27, 2025, with delivery expected by June 4, 2026. Interested parties should direct inquiries and proposals to Jeremy Riva at jeremy_riva@fws.gov or call 240-381-7321.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) issued by the U.S. Fish and Wildlife Service (USFWS) for the procurement of a Fire Command Vehicle and Upfit. It outlines specifications, delivery instructions, and the necessary compliance requirements for potential contractors. The vehicle must meet the Department of the Interior (DOI) standards for emergency lighting and adhere to USFWS-specific striping standards as per the Fire Management Handbook. Quotations are due by 5:00 PM EDT on May 27, 2025, with delivery expected by June 4, 2026. The RFQ emphasizes that quotes should be submitted via email to the designated contracting officer, Jeremy Riva, who is also the point of contact for inquiries. Contractors are encouraged to use the standard form for their proposals and ensure all necessary certifications and documents are included. The RFQ stipulates that the government reserves the right to award the contract based on factors beyond the lowest price, such as technical specifications and past performance. Clauses related to contract terms, payment processes, and compliance with various federal regulations are incorporated by reference, ensuring contractors understand their obligations under the terms of the RFQ.
    The document outlines specifications for a Command Support Truck Configuration provided by the U.S. Fish & Wildlife Service, emphasizing the vehicle's design and operational requirements for off-road use. Key elements include craftsmanship standards for hardware installation, ensuring that modifications comply with Original Equipment Manufacturer (OEM) guidelines to maintain functionality and safety. The vehicle must adhere to Gross Vehicle Weight Rating (GVWR) and provide detailed documentation on construction, components, and warranties. Delivery timelines are set at approximately 300 days post-acceptance of purchase orders. A pre-work conference involving government officials and vendors is mandated to ensure compliance with specifications. The vehicle will include a 2025 Ford F-250 chassis and require extensive customizations, including electrical systems for radios and emergency lighting, reinforced bumpers for safety, and various operational training for users. Key features also focus on environmental ratings for electrical components, warranty conditions, and installation of safety measures. The emphasis on quality control, detailed documentation, and compliance with national safety standards, reflects the government's aim to procure reliable and efficient support for wildlife operations while ensuring safety and performance in challenging environments.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a firm-fixed-price contract to supply one outboard motor specifically designed for law enforcement patrol boats operating in Montana's lakes and rivers. The procurement requires a 200 hp, 4-stroke, V6 outboard motor with specific features such as Smartcraft compatibility and an 85 amp alternator, along with necessary installation components and labor for the motor replacement. This acquisition is a 100% Total Small Business set-aside, emphasizing the importance of the motor for effective law enforcement operations in diverse water conditions. Quotes are due by January 2, 2026, at 5:00 PM EST, and interested vendors should contact Khalilah Brown at khalilahbrown@fws.gov for further details.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide and install a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wetland Management District in North Dakota. The procurement includes specific requirements such as a pump package with various components, compliance with NFPA standards, and a completion timeframe of nine to twelve months post-award. This opportunity is crucial for enhancing firefighting capabilities in the region, ensuring that the fire truck is equipped with the necessary tools for effective emergency response. Interested vendors must submit their quotes by December 22, 2025, at 5:00 pm EST, to Khalilah Brown at khalilahbrown@fws.gov, with evaluations based on technical expertise and past performance.
    F550 Retrofitting
    Homeland Security, Department Of
    The United States Secret Service (USSS) is conducting a Request for Information (RFI) to identify potential vendors for retrofitting F-550 Ford Super Duty vehicles into Mobile Command Vehicles. The retrofit will involve significant modifications, including the installation of a rear conference room, upgraded HVAC systems, leveling jacks, a telescopic mast with a camera system, enhanced emergency lighting, and a comprehensive communication and computer network system. This initiative is crucial for enhancing operational capabilities during protective and investigative missions. Interested parties are encouraged to submit their responses by December 30, 2025, and may contact Aisha Collins or Jade Gaston via email for further inquiries.
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of one outboard motor, specifically a Mercury Marine 150XL FourStroke or an approved equivalent, as part of a Total Small Business set-aside initiative. The motor, which is critical for operations at the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana, must meet specific technical specifications, including a 150 horsepower output and Smartcraft compatibility, among others. Interested vendors are required to submit their quotes by December 19, 2025, with delivery expected by February 2, 2026, and must ensure compliance with all outlined specifications to demonstrate equivalency. For further inquiries, vendors can contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    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.
    CA-LODI FISH AND WILDL-NOTUS EQUIPMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a Notus Omni Portable Trawl Hydrophone and a Notus Command Unit, essential equipment for the EDSM Trawl Mensuration Study. The hydrophone, with specific technical requirements, and the command unit are critical for effective trawling operations, enabling wireless communication with trawl sensors. Interested vendors must submit their Firm Fixed Price quotes by 10:00 AM on December 17, 2025, via email to Carter Duke at carterduke@fws.gov, with the anticipated award date set for one day after the solicitation closes. All submissions must comply with federal acquisition regulations and include delivery to Lodi, CA, within 30 days of order receipt.
    38--OR-WILLAMETTE VLY NWR-EXCAVATOR GRAPPLE
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to provide a 3X4 Hydraulic Dangle Head Rotating Grapple for the William L. Finley National Wildlife Refuge in Corvallis, Oregon. This procurement is a total small business set-aside and requires the grapple to meet specific salient characteristics, including compatibility with a Volvo EC140E Excavator, and to be delivered within 90 days of contract award. The grapple will be utilized for forestry, logging, and land-clearing operations, highlighting its importance in maintaining the refuge's ecological integrity. Quotes are due by December 22, 2025, and must be submitted to Marshall Richard via email; interested parties must also be registered with SAM.gov to be eligible for consideration.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.