49--VEHICLE OUTFITTING FOR LAW ENFORCEMENT
ID: 140L1225Q0006Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCALIFORNIA STATE OFFICESACRAMENTO, CA, 95825, USA

NAICS

General Automotive Repair (811111)

PSC

MOTOR VEHICLE MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4910)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors for the outfitting of law enforcement vehicles, including the installation of essential safety and operational equipment. The procurement aims to enhance the capabilities of emergency vehicles by ensuring compliance with California's emergency vehicle standards, which includes outfitting new vehicles and decommissioning old ones, with a focus on safety and thorough documentation. Interested vendors must submit firm, fixed-price quotes by April 11, 2025, for the performance period running from April 16, 2025, to July 31, 2025, and are required to comply with federal wage determinations and labor standards. For further inquiries, potential bidders can contact Branden Bayze at bbayze@blm.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for outfitting law enforcement vehicles for the Bureau of Land Management (BLM). It specifies the need for comprehensive installation of safety and operational equipment, including emergency lighting, communication gear, and prisoner transport capabilities, to meet California's emergency vehicle standards. The contractor is responsible for both complete outfitting of new vehicles and decommissioning of old ones, ensuring the safe removal and testing of existing equipment for potential reuse. The PWS details various tasks for outfitting a 2025 Chevrolet Silverado, including the installation of specific light and siren systems, graphics, and secure equipment storage. It emphasizes the importance of adhering to safety standards during installation and requires thorough documentation of all processes. The work is expected to be performed by June 30, 2025, at the contractor’s facility, with clear communications established between the contractor and a designated government point of contact. The PWS also highlights quality assurance measures, implications for non-compliance, and the necessity for secure work practices, particularly during designated fire danger seasons. Overall, this document serves as a formal guide for fulfilling BLM's operational needs while ensuring regulatory compliance and safety for law enforcement duties.
    The document outlines the Wage Determination No. 2015-5603 by the U.S. Department of Labor under the Service Contract Act, specifically focusing on wage rates applicable in California's Kern County for various job classifications starting in 2024. It establishes minimum wage requirements for service contracts based on contracts awarded before and after January 30, 2022. Current minimum wage rates range from $12.90 to $17.20 per hour, depending on the contract initiation period, with annual adjustments. The document includes specific wage rates for numerous occupations, highlighting that fringe benefits are mandatory. Contractors are required to comply with Executive Orders regarding worker protections, including paid sick leave and health benefits. Employees receive set vacation days and paid holidays each year. Additionally, the text details the conformance procedure for unlisted job classifications, ensuring fair compensation linked to existing job descriptions under the licensing agreements. The document emphasizes regulatory compliance, outlining benefits, wage classifications, and employer responsibilities, underscoring the importance of upholding labor standards in government contracting. This ensures fair treatment and wage justice for workers engaged in federally funded projects while highlighting mandatory regulations relevant to contracts within the realm of federal, state, and local engagements.
    The document is an amendment to a solicitation, identified as 140L1225Q0006, which modifies existing contracts or orders. Key updates include the extension of the response date for submissions to May 2, 2025, and the adjustment of the performance period from June 30, 2025, to July 31, 2025. It stipulates that acknowledgment of receipt of this amendment must be confirmed via one of several methods prior to the specified deadline to ensure an offer is not rejected. The document emphasizes the necessity of formal notification for any changes to offers already submitted. The amendment is issued under the authority of FAR 43.103(b) and specifies that terms and conditions remain in place unless altered as indicated. The overall purpose is to update relevant stakeholders regarding changes affecting the solicitation process and timelines, ensuring compliance and clarity in the procurement process.
    The document outlines a Request for Quotation (RFQ) issued by the U.S. Department of the Interior’s Bureau of Land Management (BLM) for the outfitting of emergency vehicles. The RFQ, numbered 140L1225Q0006, seeks quotes for the installation of law enforcement equipment and specifies a performance period from April 16, 2025, to June 30, 2025. Suppliers are required to submit firm, fixed-price quotes by April 11, 2025, following the guidelines set forth within the RFQ. Prospective bidders must register in the System for Award Management (SAM) and are encouraged to ask questions via email by the due date of April 4, 2025. The document details various clauses and provisions relevant to the RFQ, including compliance with federal regulations related to minimum wage and labor standards. The payment process will require electronic invoicing through the U.S. Department of Treasury’s Invoice Processing Platform (IPP). This RFQ emphasizes transparency and competition among vendors, also indicating that it is not a small business set aside, allowing for broader participation. The overall aim is to enhance the capabilities of emergency vehicles utilized by law enforcement personnel in alignment with federal acquisition regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    R5 LEI Outerwear Ballistic Carrier Vests
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking quotes from qualified small businesses for the procurement of Outerwear Ballistic Carrier Vests for its Law Enforcement and Investigation unit in the Pacific Southwest Region. The solicitation, identified as 127EAT26Q0014, requires custom-made outer carrier vests constructed from OD Green 1000 Denier Cordura nylon, featuring specific pocket configurations and distinctive markings, with a total of 140 vests to be supplied. This procurement is critical for equipping law enforcement personnel with the necessary protective gear, and proposals must be submitted by December 16, 2025, at 12:00 PM Pacific Time to Fareedah Vaughn at fareedah.vaughn@usda.gov, with questions due by December 8, 2025. Interested contractors must be registered in the System for Award Management (SAM) and provide detailed documentation as outlined in the solicitation.
    15 passenger vans.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified contractors for the rental of 15-passenger vans to support military operations at Fort Irwin, California. The contract requires the provision of operational vehicles from April 9 to May 25, 2025, with specific safety features and maintenance obligations outlined in the Statement of Work. These vans will be utilized primarily for transporting soldiers between various locations during military training rotations, emphasizing the importance of reliability and compliance with military safety standards. Interested contractors, particularly those classified as small businesses, must submit their quotes by March 24, 2025, and can direct inquiries to SSG Devin Fuller at devin.fuller2.mil@army.mil or Major Alan Lambert at alan.r.lambert4.mil@army.mil for further details.
    CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a firm-fixed-price contract to supply one outboard motor specifically designed for law enforcement patrol boats operating in Montana's lakes and rivers. The procurement requires a 200 hp, 4-stroke, V6 outboard motor with specific features such as Smartcraft compatibility and an 85 amp alternator, along with necessary installation components and labor for the motor replacement. This acquisition is a 100% Total Small Business set-aside, emphasizing the importance of the motor for effective law enforcement operations in diverse water conditions. Quotes are due by January 2, 2026, at 5:00 PM EST, and interested vendors should contact Khalilah Brown at khalilahbrown@fws.gov for further details.
    59--RM YOUNG REPAIR PARTS, FY26
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management at the National Interagency Fire Center, intends to negotiate a contract with R.M. Young Company, LLC for the procurement of repair and calibration parts for the R.M. Young Wind Speed and Wind Direction Sensor. This acquisition is critical for maintaining the functionality of equipment used in monitoring environmental conditions, which is essential for effective fire management and response operations. The estimated value of this contract is $202,465.82, and interested parties must submit their qualifications by 5 PM Eastern on December 26, 2025, to be considered, as no Request for Quotation will be issued. For inquiries, contact Casey Gean Boyd at cmboyd@blm.gov.
    R--This is a sources sought, request for information
    Interior, Department Of The
    The Bureau of Land Management (BLM), part of the Department of the Interior, is issuing a Sources Sought Notice and Request for Information (RFI) for an Energy Management Information System (EMIS). The primary objective of this RFI is to gather information for planning purposes regarding a system that will centralize energy auditing, manage utility data across approximately 2,200 accounts and 175 facilities, and support federal energy conservation mandates, with an annual utility cost of around $9.4 million. The EMIS will be crucial for tracking energy and water consumption, renewable energy generation, and greenhouse gas emissions, while also providing various reporting capabilities and integrating with existing financial systems. Interested firms are encouraged to contact Shane Mundt at smundt@blm.gov or call 406-594-9282 to discuss their capabilities and insights regarding this opportunity.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    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.
    3-Passenger Crossover Utility Vehicle - Acoma-Cañoncito-Laguna (ACL) Indian Health Center - Pueblo of Acoma, NM
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Albuquerque Area Indian Health Service, is seeking quotations for the procurement of one 3-Passenger Crossover Utility Vehicle along with a compatible Snowplow Attachment for the Acoma-Cañoncito-Laguna Indian Health Center in New Mexico. The specific requirements include a John Deere Gator XUV 845M Open from the 2025 model year and a Western Impact Heavy-Duty Straight Blade snowplow, which must include a mounting kit and a cost estimate for shipping. This procurement is essential for maintaining operational efficiency in snow removal and utility transportation, reflecting the government's commitment to supporting Indian Small Business Economic Enterprises (ISBE) under the Buy Indian Act. Interested vendors must submit their quotes via email by March 25, 2025, and direct any questions to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov by March 18, 2025.
    LABORATORY EQUIPMENT INSPECTION, CALIBRATION AND REPAIR SERVICES
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking a contractor to provide Laboratory Equipment Inspection, Calibration, and Repair Services to support roadwork projects across 19 Western states, including Alaska, Arizona, and California. The procurement involves a Blanket Purchase Agreement (BPA) for a base year and four option years, with an estimated total value of $350,000, focusing on the inspection, calibration, and repair of highway materials testing equipment at various facilities and mobile trailers. Contractors must possess current A2LA accreditation to ISO/IEC 17025, utilize NIST-traceable measuring devices, and employ qualified personnel, ensuring compliance with AASHTO and ASTM standards. Interested parties should contact Chinh Le at Chinh.Le@dot.gov or call 720-963-3549 for further details and must adhere to strict invoicing requirements via the DELPHI iSupplier system.