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
    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.
    38--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, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    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.
    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.
    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.
    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.
    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.
    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.
    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.