USDA Forest Service Law Enforcement and Investigation R13 Zone 9 Patrol Vehicle upfit EN 2055 2276
ID: 12318725Q0163Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICEWASHINGTON, DC, 20250, USA

NAICS

Motor Vehicle Electrical and Electronic Equipment Manufacturing (336320)

PSC

MISCELLANEOUS VEHICULAR COMPONENTS (2590)

Set Aside

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

    The U.S. Department of Agriculture's Forest Service is seeking qualified vendors to upfit two law enforcement vehicles, specifically a 2024 Ford F150 and a 2022 Ford Expedition MAX XL, to enhance their operational capabilities. The project involves equipping these vehicles with essential technical equipment, including lighting systems, sirens, and surveillance technologies, while ensuring compliance with safety standards and Forest Service policies. This initiative is crucial for maintaining effective law enforcement operations within the Forest Service, emphasizing the importance of having well-equipped vehicles for emergency readiness. Interested small businesses must submit their proposals by April 14, 2025, and can direct inquiries to Drackus Thomas at drackus.thomas@usda.gov or Nicole Green at nicole.green2@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Forest Service is issuing a Request for Quote (RFQ) for the upfitting of Law Enforcement and Investigation vehicles in accordance with national standards. The procurement, documented under Solicitation Number 12318725Q0163, aims to enhance various types of duty vehicles for law enforcement activities through the provision of necessary parts, materials, and services. Offerors are required to submit their responses by April 14, 2025, with the selection of the contractor anticipated based on technical capability and price proposals. This RFQ is a total small business set-aside under NAICS code 336320, restricting eligibility to small businesses with fewer than 1,000 employees. Interested vendors must submit detailed Technical and Price Proposals, along with Representations and Certifications. The projected contract period will last 120 days from the award date, with distinct delivery requirements for the upfitted vehicles. The Forest Service emphasizes the importance of timely and compliant submissions and will provide additional guidance through attached documents. Safety and quality controls are paramount, considering the vehicles' operational role in federal law enforcement. This initiative showcases the Forest Service's commitment to maintaining and equipping its law enforcement fleet while ensuring adherence to federal procurement regulations.
    The document outlines a project titled "USDA FS Region 13 Zone 9 Law Enforcement WORKPLAN," related to the acquisition of vehicles for the Forest Service. It specifies two main items for procurement: upfitting a 2024 Ford F150 and a 2022 Ford Expedition MAX XL, including their vehicle identification numbers (VIN) and locations for pick-up and delivery. The period of performance extends from the date of award until project completion. This request for proposals (RFP) is part of federal initiatives to enhance law enforcement capabilities within the Forest Service, focusing on equipping officers with suitable vehicles for operational purposes. The detail regarding item descriptions and logistics showcases an organized approach to fulfilling the agency's requirements while ensuring compliance with federal procurement regulations.
    The U.S. Department of Agriculture (USDA) seeks a contractor to upfit two law enforcement vehicles for the Forest Service, enhancing their function and security capabilities. Specifically, the project involves outfitting a 2024 Ford F150 and a 2022 Ford Expedition MAX XL with various technical equipment, including lighting systems, sirens, power distribution centers, and surveillance technologies, aligned with Forest Service policies. The chosen vendor is responsible for vehicle pickup and delivery, equipment procurement and installation, and ensuring a standardized wiring installation to meet safety standards. The contractor must begin work within 30 days post-award and complete all installations within 60 days of equipment arrival. Additionally, the contractor will bear responsibility for any damages to government property during the project. The document outlines specific requirements, including tight security measures for vehicles and equipment, as well as compliance with procurement guidelines laid out in government regulations. Ultimately, the objective is to enhance the operational capabilities of law enforcement personnel within the USDA, ensuring that vehicles are equipped for emergency readiness and safety.
    The Forest Service Law Enforcement and Investigations document outlines mandatory and optional vehicle marking specifications for law enforcement vehicles. Key requirements include displaying a law enforcement badge, stripes, American flags, and U.S. Department of Agriculture logos on designated vehicle surfaces. K-9 vehicles must have additional reflective decals indicating the presence of police dogs. Window tint requires supervisory approval, and minor adjustments to markings are permissible if vehicle style obstructs compliance. Optional markings like identification numbers are allowed on the roof. Specialty vehicles should replicate the standard law enforcement appearance as closely as possible. The document serves to standardize vehicle markings for forest service law enforcement, ensuring visibility and identification while upholding safety protocols. This alignment with federal regulations is crucial for enhancing public safety and clarity in law enforcement operations across various jurisdictions.
    The document is a Request for Quote (RFQ) issued by the U.S. Department of Agriculture’s Forest Service, specifically pertaining to an unmarked vehicle upfit, identified as RFQ 12318725Q0161. The primary purpose of the RFQ is to solicit questions regarding the procurement, with a specified deadline for inquiries set for February 11, 2025, at 12 PM EST. It requests that all questions be submitted via email, explicitly instructing that communications outside this prescribed format will not be considered. The RFQ emphasizes the commitment of the USDA Forest Service to both land care and public service. This document outlines the necessary procedural elements for prospective contractors interested in participating in the bidding process, reinforcing compliance with government procurement standards. Overall, this RFQ marks an essential step in ensuring that the Forest Service is equipped with the appropriate vehicles for its operations, underscoring the logistical aspects of maintaining government service efficacy.
    The document outlines the Past Performance Questionnaire necessary for evaluating proposals submitted in response to Request for Quote #12318725Q0161 for USDA Forest Service's Unmarked Vehicle Upfit project. Offerors are required to demonstrate relevant past performance by completing this questionnaire for each referenced project. It involves gathering feedback from contracting activities regarding contractors’ performance across various criteria, including quality of service, management, timeliness, and cost control. Ratings are provided as Acceptable, Neutral, or Unacceptable, indicating the contractor's capability and performance risk level. Sections of the questionnaire include information about the contractor and contract details, assessment of performance metrics, comments on strengths and weaknesses, overall satisfaction ratings, and any issues regarding contract terminations. These responses assist the USDA in making informed decisions during the technical evaluation of bids, ultimately aiming to ensure efficient and effective execution of governmental contracts.
    The document outlines the evaluation criteria for proposals submitted in response to a federal Request for Proposals (RFP). It consists of two main factors: Technical Proposal and Price. The Technical Proposal is further divided into two components: Past Performance and Technical Capability. Each component is rated using adjectival ratings such as Acceptable, Neutral, or Unacceptable, indicating the proposal's likelihood of successful performance. Acceptable ratings suggest that a proposal meets or exceeds requirements, while Unacceptable ratings indicate significant deficiencies that pose high risks. The Price factor requires vendors to offer Firm Fixed Pricing for services, including specified pickup and delivery. Ultimately, the award will go to the vendor that demonstrates appropriate Past Performance, Technical Capability, and competitive Price in alignment with the government's standards. This document serves as a guiding framework for evaluating submissions to ensure that selected vendors can satisfactorily fulfill government requirements.
    Lifecycle
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    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.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    FY 26 Complete Common Stand Exams SSRP Lincoln National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking proposals for a firm-fixed-price contract to conduct Common Stand Exams (CSEs) as part of the South Sacramento Restoration Project (SSRP) in the Lincoln National Forest, New Mexico. This contract, set aside 100% for small businesses, aims to collect critical data from 541 points across ten bid items, which will support the monitoring of the Mexican Spotted Owl Management Experiment and facilitate timber sales and hazardous fuels reduction treatments. The project is significant for enhancing forest health and timber production, aligning with federal initiatives to expand American timber production. Proposals are due by January 5, 2026, with an estimated contract value of $11.5 million and a performance period from February 5, 2026, to February 4, 2028. Interested contractors should direct inquiries to Shavera Leveille at shavera.leveille@usda.gov or call (912) 463-3328.
    NCIS Vehicle Upfit
    Dept Of Defense
    The Naval Criminal Investigative Service (NCIS) is seeking proposals from qualified small businesses for the upfitting of ten unmarked law enforcement vehicles to support its operations at the Central Field Office in Great Lakes, Illinois. The procurement requires comprehensive vehicle modifications, including the installation of emergency lighting, siren/light controllers, window tinting, weapon vaults, and other enhancements, ensuring compliance with safety and security standards. This contract, valued at approximately $9 million, is a Total Small Business Set-Aside and will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, with quotes due by December 26, 2025, at 10:00 AM EST. Interested vendors should direct inquiries to Brooke Sadler at brooke.sadler@ncis.navy.mil or Saniyyah Jones-Montague at saniyyah.jonesmontague@ncis.navy.mil.
    Wallowa Whitman National Forest, La Grande Ranger District 2026 Fuels Reduction Fall Viewing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking small business contractors for the Wallowa Whitman National Forest's 2026 Fuels Reduction Fall Viewing project in La Grande, Oregon. This opportunity involves a site visit for interested vendors to assess the project areas prior to the issuance of a full solicitation, aimed at enhancing forest health and resilience to improve wildfire suppression efforts across multiple project areas, including Sheep, Sandbox, Cove, Mt. Emily, and others. The project encompasses various thinning and piling treatments across 1,875 acres of lop and scatter thinning, 2,125 acres of thin and hand piling, and additional methods to create defensible space for local communities and reduce wildfire risks. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov or Terry George at terry.george@usda.gov for further information.