N--NM-REFUGES-Z6 LE UPFIT
ID: 140FS225Q0095Type: Solicitation
AwardedApr 24, 2025
$11.9K$11,921
AwardeeDANA SAFETY SUPPLY, INC. 561 STEVENS ST JACKSONVILLE FL 32254 USA
Award #:140FS225P0163
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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    N--NM-REFUGES-Z6 LE UPFIT
    Currently viewing
    Award
    Similar Opportunities
    MN Litchfield WMD - UTV with Trade-in
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a new Utility Terrain Vehicle (UTV) with a trade-in option for a 2017 Polaris Ranger as part of their operations at the Litchfield Wetland Management District (WMD). The UTV must meet specific requirements, including a 950 cc/65 HP engine, automatic transmission, and features suitable for safe operation in cold weather, such as power steering and a full cab with heating. This procurement is critical for enhancing operational efficiency in wildlife management activities, with quotes due by January 7, 2026, at 2:00 PM ET, and submissions should be directed to Dana Arnold at danaarnold@fws.gov. The contract will be awarded based on best value, considering both technical specifications and pricing, with the contractor responsible for delivery to the specified location in Litchfield, MN.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.