K--Vehicle Upfitting
ID: 140L0625Q0047Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, USA

NAICS

Motor Vehicle Body Manufacturing (336211)

PSC

MODIFICATION OF EQUIPMENT- VEHICULAR EQUIPMENT COMPONENTS (K025)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors to provide vehicle upfitting services for government-furnished chassis, transforming them into mobile command vehicles. The procurement requires contractors to deliver all necessary labor, materials, equipment, and services in accordance with the specifications outlined in the solicitation, which emphasizes compliance with various standards and includes specific design and construction requirements for unimproved road conditions. This opportunity is critical for enhancing the operational capabilities of wildland fire vehicles, ensuring they are equipped for effective emergency response. Interested vendors must submit their quotations electronically to Emmett Larson at elarson@blm.gov by November 19, 2025, at 11:00 AM Mountain Time, with the performance period set from December 1, 2025, to May 4, 2026.

    Point(s) of Contact
    Larson, Emmett
    (303) 236-6701
    (303) 236-9473
    elarson@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) is seeking a contractor for the 2025 National Fire Equipment Program to upfit 23 government-supplied wildland fire vehicle chassis. The contract requires the betterment package to be designed and constructed for unimproved road conditions, adhering to DOI requirements, FMVSS, and NFPA 1900 standards. Key aspects include a minimum 12-month general warranty, a 10-year design warranty for contractor-built components, and adherence to OEM chassis warranties. The contractor must install a floor-mounted console with specific accessories, a heavy-duty front bumper with brush guard, rear cab protection, and integrate a comprehensive emergency lighting package. Vehicle branding, including striping and numbering, must comply with NFPA 1900 and ASTM D 4956. Optional equipment includes a canopy, in-cab inverter, auxiliary fuel tank, and bed organizer. The contractor is responsible for vehicle storage, pre-delivery inspections, and providing training and extensive documentation. Deliveries are staggered, with 23 units ready for final inspection within 180 days, and five units per month thereafter.
    This combined synopsis/solicitation, RFQ number 140L0625Q0047, is a 100% small business set-aside for upfitting government-furnished chassis into mobile command vehicles. The anticipated performance period is December 1, 2025, to May 4, 2026. Vendors must provide all labor, materials, equipment, and services as per the Statement of Work. Quotes are due by November 3, 2025, 11:00 AM MT, and must be submitted electronically to Ian Steinheimer (isteinheimer@blm.gov) and Addison Page (apage@blm.gov). Questions must be submitted in writing by October 16, 2025, 11:00 AM MT. Evaluation criteria prioritize technical and past performance over price. Offerors need to ensure their SAM registration is current and includes NAICS code 336211. The solicitation incorporates various FAR and DOIAR clauses, including those related to small business subcontracting limitations, contractor ethics, and electronic invoicing via IPP. Required submission documents include pricing, technical details (experience, service plan, schedule, specifications response with detailed calculations and drawings, quality control, and warranty), and three past performance references.
    This combined synopsis/solicitation, 140L0625Q0047, is a 100% small business set-aside for commercial items. It requests quotations for providing labor, materials, equipment, and services to upfit government-furnished chassis into mobile command vehicles. The anticipated performance period is December 1, 2025, to May 4, 2026. Evaluation criteria include Technical, Past Performance, and Price, with Technical and Past Performance being significantly more important than Price. Vendors must ensure their NAICS code 336211 is updated in SAM. Quotations are due by September 25, 2025, at 1:00 PM MT, and questions by September 8, 2025, at 1:00 PM MT. Submissions must be electronic to isteinheimer@blm.gov and apage@blm.gov. The submission package requires detailed pricing, technical specifications, and three past performance references using provided templates. Key clauses include limitations on subcontracting, electronic invoicing via IPP, and CPARS for performance evaluation.
    The document details vehicle orders for various government districts, categorized into Class 651 (2026 Ford F-250 SuperCrew Gas) and Class 653 (2026 GM 3500 Diesel), along with a Class 661 order for the BLM Elko District. The Class 651 and 653 orders list vehicle models, state/district assignments, unique identifiers, and selected options such as canopy packages, in-cab inverters, bed organizers, auxiliary fuel tanks, and shipping to contractor facilities. All listed prices for individual vehicles in these classes are $0.00, indicating a base cost or a separate billing structure not detailed in these sections. The Class 661 order provides comprehensive financial and vehicle information for a custom order, including a base vehicle cost of $132,527.30 and various selected options totaling $19,579.58, resulting in a total vehicle cost of $152,091.01. This section also includes agency details, FBMS information, and funding specifics, indicating a complex procurement process for specialized government vehicles.
    The document outlines a "PAST PERFORMANCE REFERENCE TEMPLATE," which is a standardized form used in government contracting, likely for RFPs, grants, and other solicitations. Its purpose is to collect detailed information about a contractor's previous project experience to assess their qualifications for future work. The template requests specific data points such as contract/order number, project title, a brief description of the work, project manager, contract type, original and final award amounts, original and actual completion dates, the role of the performing entity, awarding agency/organization, and comprehensive contact information for the awarding agency's point of contact. A critical section of the template is dedicated to explaining why the past reference is relevant to the current solicitation requirement, emphasizing the need for contractors to demonstrate directly applicable experience.
    Solicitation Amendment 0001 for 140L0625Q0047, issued by BLM DBS SUPPLIES AND SERVICES - NOC, extends the question and answer due date from September 25, 2025, to October 16, 2025, at 11:00 AM MT. All other terms and conditions of the original solicitation remain unchanged. The Period of Performance is from December 1, 2025, to May 4, 2026. This amendment outlines the methods for offerors to acknowledge receipt, including completing and returning copies of the amendment, acknowledging on each offer copy, or sending a separate communication, ensuring receipt prior to the specified hour and date to avoid rejection.
    Amendment 0002 for solicitation 140L0625Q0047 addresses changes in the point of contact due to a government shutdown. All questions and quotation submissions must now be directed to Emmett Larson at elarson@blm.gov. Any questions previously submitted to other addresses need to be resubmitted to this new contact. The amendment explicitly states that the quotation due date and time remain unchanged: November 03, 2025, at 11:00 AM Mountain Time (MT), with electronic submissions accepted only via elarson@blm.gov. The period of performance for the solicitation is from December 01, 2025, to May 04, 2026. All other terms and conditions of the original solicitation remain in full force and effect.
    Amendment 0003 for solicitation 140L0625Q0047 extends the quotation due date to November 19, 2025, at 11:00 AM Mountain Time (MT). This amendment also provides clarification regarding a vendor's question about the "commercially available center console" mentioned in Section 5.2 of the specifications. The government clarified that while no specific manufacturer is mandated, commonly used brands like Troy and Havis are compatible with Chevrolet and Ford vehicles and meet requirements for features such as cup holders, armrests, and map boxes. The period of performance for this solicitation is from December 1, 2025, to May 4, 2026.
    This Request for Quotation (RFQ) 140L0625Q0047, issued by BLM DBS SUPPLIES AND SERVICES - NOC, seeks quotations for supplies and services with a performance period from December 1, 2025, to May 4, 2026. The RFQ is due by November 3, 2025, at 13:00 ES. It is not designated as a small business set-aside. Key attachments include specifications, a price schedule, and a past performance reference template. Contact information for the Contracting Officer, Ian Steinheimer, and Contract Specialist, Addison Page, is provided. The administrative codes K025 and 336211 suggest the requirement is related to the modification of vehicular equipment components and motor vehicle body manufacturing. The document outlines general instructions for quoters, emphasizing that it is for information only and does not commit the Government to any costs or contracts. It also specifies the delivery terms as FOB DESTINATION.
    Lifecycle
    Title
    Type
    Vehicle Upfitting
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    MI-MARQUETTE BS-TRUCK REPAIR
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking proposals for vehicle repair services for a government-owned 2024 Chevy 2500 Ext. Cab 4x4 involved in an accident at the Marquette Biological Station. The contractor will be responsible for restoring the vehicle, which includes repairs to various components such as the cab, side impact sensors, rear door, and conducting complete vehicle diagnostic testing. This procurement is crucial for maintaining the operational readiness of government vehicles used in wildlife service activities. Interested contractors must submit their quotations by December 8, 2025, at 10 AM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289. The contract period will extend from the award date through June 30, 2026.
    FIRE TRUCK MAINTENANCE
    Buyer not available
    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.
    F550 Retrofitting
    Buyer not available
    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.
    BIA Exclusive Use Amphibious Single Engine Scooper
    Buyer not available
    The Department of the Interior is seeking proposals for exclusive use amphibious single-engine scooper flight services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, identified by Solicitation Number 140D0425R0098, will provide essential aerial firefighting capabilities during a specified 60-day period each year from April 14 to June 12, spanning from 2026 to 2031. This procurement is critical for effective fire suppression efforts, requiring contractors to meet stringent aircraft specifications and personnel qualifications, including compliance with FAA regulations. Interested parties must submit their proposals by December 29, 2025, at 10:00 AM PST, with a maximum contract value of $10 million. For further inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.
    23--CHARLES M RUSSELL NWR - Bumper Pull Dump Trailer
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for a Bumper Pull Dump Trailer for the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana. The procurement requires a trailer that meets specific technical specifications, including dimensions, axle capacity, and various components such as electric brakes and LED lights, with delivery to be made to the refuge facility. This equipment is essential for the refuge's operational needs, supporting wildlife management and habitat maintenance efforts. Proposals are due by December 11, 2025, at 10 AM Eastern Time, and must be submitted via email to Dana Arnold at danaarnold@fws.gov, with the contract period of performance set from December 18, 2025, to June 5, 2026.
    25--HOUSING,PANEL,VEHIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 41 units of the Housing, Panel, Vehicle (NSN 2510015584816). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of six. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in supporting military vehicle operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
    J035--Mobile Medical Unit Paint, Body and Mechanical Repairs
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide paint, body, and mechanical repairs for a Mobile Medical Unit (MMU-02) that serves rural and underserved Veterans. The procurement includes extensive repairs such as corrosion treatment, painting, undercarriage undercoating, vinyl wrap removal, tire and battery replacement, and maintenance services for the A/C and generator, all to be completed within a 40-mile radius of the Martinsburg VA Medical Center in West Virginia. This initiative is crucial for maintaining the operational integrity of the MMU, which delivers essential healthcare services to communities in need. Interested parties must submit their responses, including company information and estimated pricing, by December 9, 2025, at 11:00 AM EST, to Melissa Chanduvi Holmes at Melissa.chanduviHolmes@va.gov.
    081107 WCF Replacement Utility Vehicle EN:1500
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for a 4x4 Utility Vehicle (UTV) to replace its current vehicle at the Pisgah Ranger District in North Carolina. The UTV must meet stringent specifications, including a minimum 999 cc gasoline engine, automatic transmission, seating for at least four passengers with a certified Roll Over Protection Structure (ROPS), and various performance capabilities such as a towing capacity of 1500 lbs. and a payload capacity of 1100 lbs. This procurement is critical for supporting the Forest Service's operational needs in managing the national forest, and it is set aside for small businesses under NAICS code 336999. Proposals are due by December 8, 2025, at 5:00 pm ET, and interested vendors should contact Brad Carlson at brad.a.carlson@usda.gov for further details.
    25--FLOOR,BODY,VEHICULA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 15 units of the NSN 2510-21-9064614, specifically a FLOOR, BODY, VEHICULA. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum of two units. The items will be shipped to various DLA Depots both within the continental United States (CONUS) and outside (OCONUS), emphasizing the importance of these components in military vehicle operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    25--PANEL,VEHICULAR OPE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 18 units of the vehicular panel (NSN 2510015979900). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum of two units. The items will be shipped to various DLA depots both within the continental United States and overseas, highlighting their importance in supporting military vehicular operations. Interested vendors should submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.