FIRE COMMAND TRUCK UP-FITTING, CURLEW, WA AND MOSES LAKE, WA.
ID: 1282A725Q0028Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFUSDA, DEPARTMENTAL ADMINISTRATIONUSDA, OCP-POD-ACQ-MGMT-BRANCH-FTCFORT COLLINS, CO, 80521, USA

NAICS

Motor Vehicle Electrical and Electronic Equipment Manufacturing (336320)

PSC

ELECTRIC VEHICULAR LIGHTS AND FIXTURES (6220)

Set Aside

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

    The U.S. Department of Agriculture (USDA) is seeking qualified vendors to provide fire command truck up-fitting services for vehicles located in Curlew and Moses Lake, Washington. The procurement involves the installation of emergency equipment on Fire Command and Utility vehicles, including labor, parts, and products that meet manufacturer specifications, with a focus on enhancing the vehicles for effective emergency response. This initiative underscores the USDA Forest Service's commitment to maintaining functional and safe emergency vehicles through standardized equipment installation. Interested contractors must submit their proposals by March 19, 2025, and are encouraged to contact Paige Francis at paige.francis@usda.gov for further information. The contract will be awarded as a Firm-Fixed-Price model, with a completion timeline of 90 days post-vehicle delivery.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Forest Service's Collbran Job Corps has issued a specification for equipping a 2024 3500 RAM command vehicle with advanced emergency lighting and communication systems. The contract outlines meticulous workmanship standards to prevent vehicle damage and ensure employee competency. Key features include a comprehensive LED light bar on the front cab, multiple zones of flashing lights, and a siren/switch controller with both manual and automatic functions. Emergency lights will have a minimum five-year warranty, and installation must adhere to OEM specifications and applicable regulations. The siren system includes various tones and a PA system, all operated centrally for accessibility. Additional components involve specialized mounting for radios and chargers, a heavy-duty power supply setup, and a detailed pre-wiring harness for agency communications. Finally, the contractor is tasked with providing manuals and warranty information in suitable formats. This project reflects the USDA Forest Service's commitment to safety and operational efficiency through properly equipped emergency response vehicles.
    The document serves as a guide for preparing an Independent Government Estimate (IGE) for procurement purposes within federal projects, particularly for tasks related to vehicle upfitting as indicated by the example for the Curlew and Moses Lake Job Corps. It outlines various types of IGEs, such as Stand Alone IGE, IDIQ for ongoing needs, and Task Orders for existing contracts. The IGE must be an independent estimate, not merely a contractor's quote, and should detail assumptions and rationale. Initially, it aids Contracting Officers (CO) in assessing the estimated value of procurement and relevant thresholds for solicitations. Later, the IGE is compared against received prices to evaluate contractor understanding and price reasonableness. The document includes a sample Schedule of Items section, requiring input for project details, estimated quantities, and specific periods of performance. It emphasizes that the award will likely be a firm fixed-price contract, indicating fiscal planning is vital. This structure highlights the necessity of documenting and justifying estimates in public procurement practices, ensuring transparency and informed decision-making in government contracts, particularly for multi-year projects or recurring needs.
    The USDA Forest Service's Columbia Basin Job Corps seeks to contract a qualified vendor for the installation of emergency equipment on Fire Command and Utility vehicles. This includes labor, parts, and products that meet manufacturer specifications. The primary goals are to enhance the vehicles for effective emergency response, ensuring the installation adheres to industry standards. The contractor will be responsible for providing all necessary resources, including labor and equipment, while the government supplies the vehicles, specifically a 2023 Tradesman Ram 3500. The up-fitting process must be completed within 90 days post-delivery. Security measures for the vehicles in the contractor's possession are mandated, and the contractor assumes responsibility for any damage occurring during their work. Post-installation, an inspection by the Contracting Officer Representative (COR) will identify any deficiencies, which must be promptly corrected. The contractor is also obligated to provide a warranty for their work, with set processes for addressing warranty claims to ensure vehicle reliability. This RFP reflects the Forest Service's commitment to maintaining functional and safe emergency vehicles through standardized equipment installation.
    The USDA Forest Service (FS) Curlew Job Corps seeks a vendor to provide emergency equipment installation services for Fire Command and Utility vehicles. The necessary up-fitting must comply with manufacturer specifications and industry standards, ensuring vehicles are equipped for safe emergency response. The government will provide a specific vehicle for up-fitting, while the contractor is responsible for all labor, supervision, and necessary equipment. Work must be completed within 90 calendar days post-vehicle receipt, and all installations must follow standardized procedures to ensure consistency and safety. Security protocols for vehicle storage while in the contractor's possession are strict, and any damage to government property during work must be rectified by the contractor. Inspections will be carried out by a designated Contracting Officer Representative (COR) to ensure quality and adherence to requirements. Warranty provisions will safeguard vehicle performance and necessitate prompt contractor responses to any issues. These stipulations emphasize the importance of quality workmanship and operational readiness for the Fire Command and Utility vehicles, aligning with the Forest Service's mission to maintain safety and readiness in emergency situations.
    The document outlines a Request for Quotation (RFQ) for fire command truck upfitting services for the U.S. Department of Agriculture Forest Service, focusing on locations in Curlew and Moses Lake, Washington. This procurement is designated as a Total Small Business Set-Aside, indicating that only small businesses are invited to submit proposals. Interested contractors must provide their technical capabilities, past performance information, and pricing, with evaluated factors including technical capability, past performance, and price. Key submission deadlines include questions due by March 7, 2025, and proposal submissions by March 19, 2025. The government emphasizes the need for active registration in the System for Award Management to be eligible for contract awards. The contract will follow a Firm-Fixed-Price model, with a delivery timeline of 180 days after receipt of order. The solicitation highlights the importance of both compliance with specifications and the necessity of providing relevant information to showcase past performance on similar contracts, guiding the evaluation process towards awarding the contract to the most advantageous offer for the government. Overall, this RFQ reflects a structured, competitive approach in federal contracting with a focus on supporting small businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    K--Fire Command Vehicle Upfitting
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified small businesses to provide upfitting services for fire command vehicles under solicitation number 140L0625Q0005. The contract aims to enhance the capabilities of wildland fire suppression vehicles, ensuring they meet rigorous safety and performance standards as outlined by the National Fire Equipment Program. This initiative is crucial for maintaining effective wildfire response capabilities, emphasizing the importance of durable and well-equipped vehicles in emergency situations. Interested contractors must submit their quotations electronically by March 26, 2025, with inquiries directed to Addison Page at apage@blm.gov or by phone at 303-236-3800. The contract performance period is set from June 2, 2025, to June 1, 2030, and the opportunity is designated as a Total Small Business Set-Aside.
    VIPR I-BPA for Vehicle with Driver for Region 3 ONLY (Pickup & Stake Side)
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking qualified vendors to provide vehicles with drivers, specifically pickups and stakeside trucks, for fire suppression and emergency operations in Region 3. This procurement is part of a Multiple Award Incident Blanket Purchase Agreement (IBPA) set aside exclusively for small businesses, including categories such as Service-Disabled Veteran-Owned and Women-Owned Small Businesses, aimed at ensuring adequate resources for local, regional, and national fire response efforts. Interested contractors must submit their quotes via the Virtual Incident Procurement (VIPR) system by March 4, 2025, with evaluations based on operational acceptability, price reasonableness, and past performance. For further inquiries, potential bidders can contact Joseph Perkins at joseph.perkinsv@usda.gov or by phone at 980-419-3768.
    VIPR I-BPA for Heavy Equipment for West Zone Regions 5 and 6
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking vendors for a Multiple Award Incident Blanket Purchase Agreement (IBPA) for Heavy Equipment, including Dozers and Excavators, to support fire suppression and all-hazard incidents in Regions 5 and 6. This solicitation is a total small business set-aside, allowing participation from 8(a), SDVOSB, HUBZone, WOSB, and EDWOSB companies, and aims to onboard new contractors while allowing existing awardees to revise their resources and rates. The procurement is critical for enhancing the Forest Service's operational capabilities during fire incidents, with vendor responses due by March 7, 2025, at 16:00 PST. Interested parties can access the VIPR Vendor application for submission details and should direct inquiries to Nathan Stampke at nathan.stampke@usda.gov or by phone at 458-231-1180.
    VIPR I-BPA for Miscellaneous Heavy Equipment for Region 6 - Pacific Northwest ONLY
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking vendors for a Multiple Award Incident Blanket Purchase Agreement (IBPA) for Miscellaneous Heavy Equipment exclusively for Region 6, the Pacific Northwest. This procurement is aimed at acquiring equipment necessary for local, regional, and nationwide fire suppression and all-hazard incidents, with the solicitation re-opened to allow for an open season onboarding process for both existing and new contractors. The importance of this equipment lies in its critical role in enhancing the effectiveness of fire management and response efforts. Interested vendors must submit their responses through the VIPR Vendor application by March 7, 2025, and can direct inquiries to Ryan Ellers at ryan.ellers@usda.gov or by phone at 458-218-2770.
    VIPR I-BPA for Miscellaneous Heavy Equipment for Region 5 - Pacific Southwest Region
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service (USFS), is seeking vendors for a Multiple Award Incident Blanket Purchase Agreement (IBPA) for Miscellaneous Heavy Equipment in the Pacific Southwest Region (Region 5). This procurement includes essential equipment such as Feller Bunchers, Mulcher/Masticators, Strip Mulcher/Masticators, Road Graders, and Skidders, which will be utilized for local, regional, and nationwide fire suppression and all-hazard incidents. The solicitation is a total small business set-aside, allowing participation from 8(a), SDVOSB, HUBZone, WOSB, and EDWOSB companies, with responses due by March 7, 2025, at 16:00 PST. Interested vendors can access the VIPR Vendor application to submit their quotes and should direct any inquiries to Nathan Stampke at nathan.stampke@usda.gov or by phone at 458-231-1180.
    VIPR I-BPA for Crew Carrier Bus for Region 13 - National
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking vendors for a Crew Carrier Bus under the VIPR I-BPA for Region 13, aimed at supporting fire suppression and all-hazard incidents. This procurement is part of a Total Small Business Set-Aside initiative, allowing both existing and new contractors to participate in an open season Onboarding process, which is a re-opening of a previous solicitation. The Crew Carrier Bus is crucial for enhancing operational capabilities during fire emergencies, ensuring that resources are readily available for deployment. Interested vendors must submit their responses by March 2, 2025, and can access the solicitation details through the VIPR Vendor application. For further inquiries, Jennifer Travis can be contacted at jennifer.travis@usda.gov or by phone at 970-373-7170.
    VIPR I-BPA for Mechanic with Service Truck for East Zone (Regions 1, 2, and 4)
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking qualified vendors for a Mechanic with Service Truck under the VIPR I-BPA for the East Zone, covering Regions 1, 2, and 4. This procurement is aimed at providing essential mechanical services during local, regional, and nationwide fire suppression and all-hazard incidents, as outlined in the re-opened solicitation originally numbered 1202SB23Q7017. The opportunity is particularly significant as it operates under a Total Small Business Set-Aside, allowing small businesses to compete for contracts that are critical for maintaining operational readiness in emergency situations. Interested vendors must submit their responses by March 3, 2025, at 17:00 MST, and can access the solicitation details through the VIPR Vendor application. For further inquiries, vendors may contact Melissa Maestas at melissa.maestas@usda.gov or call 970-508-0603.
    VIPR I-BPA for Mechanic with Service Truck for Regions 5 & 6
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking qualified vendors to provide mechanic services with a service truck for Regions 5 and 6, primarily for use during fire suppression and all-hazard incidents. This opportunity is part of a Multiple Award Incident Blanket Purchase Agreement (IBPA) and is a total small business set-aside, allowing new and existing contractors to submit quotes during the open season onboarding period. The solicitation has been re-opened, with responses due by March 3, 2025, at 17:00 MST, and all submissions must meet the original solicitation's criteria and evaluation factors. Interested parties can contact Chase Knight at chase.knight@usda.gov or by phone at 458-218-2120 for further information.
    VIPR I-BPA for Heavy Equipment for Regions 3 & 8 ONLY
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking vendors for a re-opened solicitation under the VIPR I-BPA for Heavy Equipment, specifically for Regions 3 and 8. This procurement aims to secure heavy equipment necessary for local, regional, and nationwide fire suppression and all-hazard incidents, as part of a Multiple Award Incident Blanket Purchase Agreement (IBPA) that is exclusively set aside for small businesses. The importance of this equipment lies in its critical role in enhancing the Forest Service's capabilities during emergency situations, ensuring effective response to fire-related incidents. Interested vendors must submit their responses by March 4, 2025, and can access the solicitation details through the VIPR Vendor application; for further inquiries, they may contact James Batty at james.batty@usda.gov or call 541-797-4794.
    VIPR I-BPA for Miscellaneous Heavy Equipment for East Zone, Regions 1, 2 and 4
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking vendors for a Multiple Award Incident Blanket Purchase Agreement (IBPA) for Miscellaneous Heavy Equipment to support fire suppression and all-hazard incidents in the East Zone (Regions 1, 2, and 4). This solicitation is a total small business set-aside, allowing eligible small businesses to submit quotes for equipment that meets the criteria established in the original solicitation. The equipment will play a crucial role in enhancing the Forest Service's capabilities during local, regional, and nationwide emergency responses. Interested vendors must submit their responses by March 7, 2025, and can access the solicitation details through the VIPR Vendor application. For further inquiries, vendors can contact James Batty at james.batty@usda.gov or call 541-797-4794.