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.