N--NM-REFUGES-Z6 LE UPFIT
ID: 140FS225Q0095Type: Solicitation
Overview

Buyer

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

NAICS

Motor Vehicle Electrical and Electronic Equipment Manufacturing (336320)

PSC

INSTALLATION OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (N023)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 5, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 9:00 PM UTC
Description

The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide law enforcement vehicle upfit services for Chevy trucks and Ford F-150s, ensuring compliance with safety and operational standards for Federal Wildlife Officers. The project involves installing advanced equipment, including radio-ready wiring, emergency lighting, sirens, and control consoles, while adhering to specific technical requirements and maintaining vehicle resale value. This initiative underscores the government's commitment to equipping law enforcement vehicles with state-of-the-art technology to enhance operational efficiency and safety. Interested vendors must submit their proposals by April 18, 2025, with a performance period from April 24, 2025, to September 30, 2025. For further inquiries, contact Lydia Patrick at Lydia_Patrick@fws.gov or call 308-635-7851.

Point(s) of Contact
Patrick, Lydia
(308) 635-7851
(308) 635-7841
Lydia_Patrick@fws.gov
Files
Title
Posted
Apr 18, 2025, 7:08 PM UTC
The General Purpose Vehicle Installation Standard Operating Procedure (SOP) issued by the Bureau of Land Management's Arizona State Office outlines the installation guidelines for law enforcement mobile radio systems within vehicles. It primarily covers the installation specifics for radio models such as the Skymira SATRAD Explorer 323, Skymira PepLink LTE Router, and Motorola APX 8500. Key requirements include the installation of radios on the driver's side for easy maintenance, adherence to wire specifications—involving direct connections to the battery without inline splices or timers—and ensuring that no other accessories draw power from the radio fuse panel. The installation process is detailed, specifying equipment placement within the vehicle, wiring procedures, and safety measures, such as using rounded bolts to prevent sharp edges. The SOP also stresses that any deviations from the mandated installation procedures must receive prior approval from the Bureau of Land Management's Field Communications Team. This guidance is crucial for maintaining standardized radio installation practices, ensuring efficient communication for law enforcement operations in Arizona.
Apr 18, 2025, 7:08 PM UTC
The U.S. Fish and Wildlife Service's Division of Refuge Law Enforcement Southwest is seeking a contractor to upfit emergency vehicles, specifically Ford F-150 trucks, to ensure the safety of Federal Wildlife Officers. The vehicles must be equipped with emergency lighting, sirens, control consoles, and other law enforcement tools, adhering to quality and safety standards. Vendors are required to implement consistent installation practices and maintain the vehicles' resale value by minimizing modifications. The contract stipulates a 150-day timeframe for completion and delivery, with the vendor responsible for any damages during the process. A twelve-month warranty is mandated on all installation work, with accountability for any defects. The document outlines specific technical requirements for equipment, such as light bars and sirens, along with optional enhancements like window tinting and anti-theft systems. Inspections by DRLESW representatives will ensure compliance with specifications. The Request for Proposal highlights the government's commitment to providing functional and reliable vehicles for wildlife law enforcement duties, emphasizing standardization, safety, and efficiency.
Apr 18, 2025, 7:08 PM UTC
The document outlines Wage Determination No. 2015-5233, managed by the U.S. Department of Labor’s Wage and Hour Division, detailing minimum wage and fringe benefit requirements for contracts under the Service Contract Act within select Texas counties. Contractors are mandated to comply with Executive Orders 14026 and 13658, which establish minimum hourly wage rates for workers based on contract dates. For contracts initiated or renewed after January 30, 2022, the minimum wage is $17.75 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum is $13.30 per hour. The document enumerates various occupations along with corresponding wage rates and fringe benefits, including health and welfare, vacation, and holiday pay. Additional provisions address uniform allowances, paid sick leave, and classifications for emerging roles not listed in the determination. The adherence to these standards is critical for labor compliance in federal contracting, ensuring fair compensation and worker protection in federally funded projects.
Apr 18, 2025, 7:08 PM UTC
The document outlines the specifications for upfitting a Chevy truck to meet law enforcement standards. The scope includes installing radio-ready wiring for the APX 8500 VHF radio and a satellite radio system, creating a custom modular wiring harness with features to prevent battery drain and damage during servicing. Essential elements also incorporate 360° front and rear intersection lights, take down lights in the front grill, and a console for emergency equipment. Additional components include a siren controller with speaker integration, headlight and tailgate flasher lights to enhance visibility, and a vertical gun mount designed to minimize vibration. The installation will include advanced battery saver mechanisms with programmable settings. This RFP reflects the government's effort to ensure that law enforcement vehicles are outfitted with state-of-the-art equipment while adhering to safety and functionality standards. It highlights the need for specialized installations to support law enforcement capabilities effectively and securely.
Apr 18, 2025, 7:08 PM UTC
The document outlines Amendment No. 1 to solicitation number 140FS225Q0095 from the U.S. Federal Government, specifically modifying existing contract details. This amendment includes instructions for offerors to acknowledge receipt and changes to their submissions, which must be returned by the specified deadline of 3:00 PM (MD) on April 22, 2025. The main modification involves updates to the Scope of Work associated with the contract. The designated period of performance for the project spans from April 24, 2025, to September 30, 2025. The document specifies contact points for queries, including a technical point of contact, Jeremy Lawrence, and the contracting officer, Lydia M. Patrick. Emphasis is placed on the importance of timely acknowledgement of the amendment to avoid rejection of offers. The formatting follows standard federal guidelines ensuring compliance and clarity in communication for contractors participating in government procurement. This document aims to ensure that all stakeholders are informed of the amendments and can adjust their proposals accordingly while maintaining adherence to federal contracting protocols.
Apr 18, 2025, 7:08 PM UTC
The document refers to Amendment No. 2 for solicitation number 140FS225Q0095, issued by the U.S. Fish and Wildlife Service. This amendment is intended to modify a contract or order by attaching a Standard Operating Procedure (SOP) for vehicle installation, alongside an updated Scope of Work relevant to the Radio Ready Wiring section. The amendment outlines that offers must be acknowledged prior to the specified deadline of April 22, 2025, to avoid rejection. Key personnel contact details are provided, including a technical point of contact and contracting officer. The period of performance for the contract is noted as from April 24, 2025, to September 30, 2025. Additionally, specific requirements for submitting changes to original offers and acknowledgment of receipt are stipulated, reinforcing the importance of adherence to deadlines and procedural guidelines in government contracting. The document emphasizes transparency and compliance within the federal contracting process.
Apr 18, 2025, 7:08 PM UTC
The document is a Request for Quotation (RFQ) issued by the U.S. Fish and Wildlife Service (FWS) for the procurement of Law Enforcement Vehicle Upfit services for a 2024 Ford F150. The RFQ outlines the obligations and specifications for submitting a quote, with a deadline for submissions set for April 18, 2025. Key points include a delivery date of September 30, 2025, and a period of performance that runs from April 24, 2025, to September 30, 2025. The RFQ includes references to applicable federal regulations and terms for compliance, including requirements for technology used in the services provided. The document emphasizes the specifications, compliance with federal standards, and the necessary representations that need to accompany the quotations. It is designed to solicit bids from qualified businesses, particularly small businesses, ensuring adherence to relevant laws and policies. The overarching purpose of this RFQ is to obtain competitive quotes for necessary vehicle modifications while ensuring compliance with governmental regulations, highlighting the importance of transparency and fairness in federal procurement processes.
Lifecycle
Title
Type
NM-REFUGES-Z6 LE UPFIT
Currently viewing
Solicitation
Similar Opportunities
PURCHASE AND INSTALL OF MULTIPLE COMPONENTS ON A 2023 FORD F350
Buyer not available
The General Services Administration (GSA) is seeking qualified vendors to purchase and install multiple components on a 2023 Ford F350 vehicle, specifically identified by requirement number FTWMCCG63A108901. The procurement involves the installation of a front winch, utility body, and various other components, with strict adherence to EPA and OSHA standards, and requires vendors to be properly insured and licensed while employing local labor standards. This opportunity underscores GSA's commitment to utilizing small businesses for federal contracts, with a firm-fixed-price service contract structure and a delivery timeline of 120 days. Interested vendors must submit their quotes by May 6, 2025, and direct any inquiries to William Hofmann at william.hofmann@gsa.gov or by phone at 682-350-7832.
Region 4 Heavy Equipment Maintenance and Repair BP
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment maintenance and repair services across Region 4, which includes states such as Alabama, Florida, and Tennessee, as well as U.S. territories like Puerto Rico and the U.S. Virgin Islands. The procurement aims to secure comprehensive repair and maintenance services for various heavy equipment, including trucks and cranes, with specific tasks encompassing diagnostics, fluid services, and parts replacement. This BPA is crucial for ensuring the operational readiness of essential equipment used in wildlife management and conservation efforts, with a total ceiling of $12 million for all awards and individual call limits set at $7.5 million. Interested vendors must submit their proposals, including a signed form 1449 and confirmation of certified mechanics, by the specified deadlines, and can contact Sarah DeLawder at Sarahdelawder@fws.gov or (304) 876-7429 for further information.
PURCHASE AND INSTALL OF MULTIPLE COMPONENTS ON A 2023 FORD F350
Buyer not available
The General Services Administration (GSA) is seeking quotes for the purchase and installation of multiple components on a 2023 Ford F350 vehicle, specifically under solicitation number FTWMCCG632064Z01. This procurement includes essential components such as a winch, utility body, lighting systems, and hitch requirements, with all work to be performed in compliance with EPA and OSHA standards. The contract is set aside for small businesses and is a firm fixed-price agreement, with quotes due by May 6, 2025, and a delivery deadline of 120 days after order receipt. Interested vendors should contact William Hofmann at william.hofmann@gsa.gov or 682-350-7832 for further details and ensure their registration in the System for Award Management (SAM) prior to submission.
J--R6 - Vehicle Repair/Maint BPA setup
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for vehicle repair and maintenance services across Region 6, which includes Montana, Wyoming, North Dakota, South Dakota, Kansas, Nebraska, Colorado, and Utah. The procurement encompasses a wide range of services, including diagnostics, fluid services, electronics, engine maintenance, and the purchase of repair parts, with a focus on ensuring that vendors have certified mechanics capable of performing these tasks. This BPA is crucial for maintaining the operational readiness of government vehicles over a ten-year period, with a contract performance timeline from May 1, 2025, to April 30, 2035, and a commitment to reserving 20% of awards for small businesses. Interested vendors must submit their proposals by May 16, 2025, and can contact Robert Sung at robertsung@fws.gov or 503-872-2825 for further information.
WA-MCNARY MAINT SHOP-UTV TRAILER SPRAYER
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting quotes for the procurement of a utility vehicle (UTV), trailer, and sprayer to support biological management activities in Central Washington. The procurement specifically requires a Kubota RTV-X1100CWL-A or an equivalent UTV with features such as a 23hp diesel engine, hydraulic dump bed, and off-road capabilities, along with a bumper-pull trailer and a 100-gallon UTV-mounted sprayer for herbicide applications. This equipment is crucial for enhancing the efficiency of wildlife management operations. Interested small businesses must submit their quotes by May 1, 2025, and can direct inquiries to Kathryn Coltran at kathryncoltran@fws.gov.
PURCHASE AND INSTALL OF MULTIPLE COMPONENTS ON A 2023 FORD F350
Buyer not available
The General Services Administration (GSA) is seeking qualified vendors to purchase and install multiple components on a 2023 Ford F350, specifically for necessary repairs and enhancements. The project requires adherence to industry standards, including compliance with EPA and OSHA regulations, and all equipment must be covered by the manufacturer's warranty. This procurement is critical for maintaining the operational readiness of government vehicles, ensuring they meet safety and functionality standards. Interested vendors must submit detailed, itemized quotes, including all associated costs, and must be registered in the System for Award Management (SAM) prior to award. For inquiries, contact William Hofmann at william.hofmann@gsa.gov or call 682-350-7832. Quotes must be submitted by the specified deadline to be considered.
Steel Utility Truck Bed Purchase & Install
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the purchase and installation of a steel utility truck bed for a 2024 Chevy Silverado 5500HD. The procurement aims to enhance operational capabilities by providing a durable and functional truck bed that meets specific technical requirements, including safety features and structural integrity. This initiative is crucial for supporting the Forest Service's operational needs, ensuring compliance with federal regulations, and maintaining efficient service delivery. Interested contractors must submit their proposals by April 30, 2025, and can direct inquiries to Megan Allaire at megan.allaire@usda.gov or Tracy Doud at Tracy.Doud@usda.gov.
J--R6 - Heavy Equipment BPA setup, repair/maint
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment repair and maintenance services across Region 6, which includes states such as Montana, Wyoming, and Colorado. The BPA will cover a wide range of services, including diagnostics, repairs, and parts replacement for heavy equipment, with a total ceiling amount of $12 million over a ten-year period, and a commitment to allocate 20% of awards to small businesses. This procurement is crucial for maintaining the operational efficiency of the FWS's equipment, ensuring that essential repairs and maintenance are conducted in a timely manner. Interested vendors must submit their proposals by May 16, 2025, and can contact Robert Sung at robertsung@fws.gov or 503-872-2825 for further information.
APPRAISAL for WBG_149thAveNE Property
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for a firm-fixed price contract for appraisal services related to the WBG149thAveNE Property, as outlined in solicitation number 140F1S25Q0037. The procurement is specifically aimed at small businesses under NAICS code 531320, requiring bidders to demonstrate technical and geographic competency, as well as provide evidence of state certification and relevant experience in real estate appraisals. This opportunity underscores the FWS's commitment to responsible stewardship and fiscal responsibility in managing public resources, with a performance period set from May 7, 2025, to October 16, 2025. Interested offerors must submit their bids electronically by April 30, 2025, and direct any technical questions to Solmaz Salih at solmazsalih@fws.gov by April 28, 2025.
Steel Utility Truck Bed Purchase & Install
Buyer not available
The Department of Agriculture, specifically the Forest Service at the Mingo Job Corps Center, is seeking proposals for the purchase and installation of a steel utility truck bed for a 2024 Chevy Silverado 5500HD. The procurement aims to enhance the operational capabilities of the Job Corps facility, ensuring that the vehicle meets specific technical and safety standards as outlined in the Request for Proposal (RFP). This initiative is part of the government's broader efforts to modernize its fleet and improve service delivery. Interested vendors must submit their proposals by April 30, 2025, at 1700 ET, and can direct inquiries to Megan Allaire at megan.allaire@usda.gov or Tracy Doud at Tracy.Doud@usda.gov.