USDA Forest Service Region 13 Zone 3 Law Enforcement Vehicle Upfiting
ID: 12318725Q0010Type: 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, specifically the Forest Service, is seeking qualified small businesses to provide upfitting services for two law enforcement vehicles, specifically 2024 RAM Power Wagons, to enhance their operational capabilities. The contractor will be responsible for picking up the vehicles, performing necessary modifications to meet federal standards, and delivering them back within a specified timeframe, ensuring compliance with the Forest Service's National Standards and Specifications. This initiative is crucial for maintaining and improving law enforcement readiness within the region, emphasizing the importance of high-quality modifications for safety and operational effectiveness. Quotes must be submitted by October 25, 2024, with a pre-quote question period ending on October 22, 2024. For further inquiries, interested parties can contact 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 Washington Office is issuing a Request For Quote (RFQ) for upfitting Law Enforcement vehicles as per federal standards. This initiative aims to modify various types of duty vehicles that support Federal Law Enforcement operations, ensuring compliance with the Forest Service's National Standards and Specifications. The contractor will be responsible for picking up vehicles from designated locations, performing the necessary modifications, and delivering them back within a stipulated timeframe. Quotes must be submitted by October 25, 2024, with a pre-quote question period ending on October 22, 2024. This RFQ is a total small business set aside under NAICS code 336320, ensuring that only small business concerns can compete. The proposal evaluation will emphasize technical capabilities as well as pricing, with technical factors being more important than cost considerations. Offerors must include a technical proposal, a price proposal, and required certifications in their submission. The expected contract award date is November 1, 2024, with performance expected to span 120 days post-award. The document outlines specific submission requirements, evaluation criteria, and compliance with federal provisions, reinforcing the U.S. Forest Service's commitment to enhancing law enforcement capabilities through improved vehicle preparedness.
    The document outlines a work plan for the acquisition of two upfitted vehicles by the USDA Forest Service, specifically for the Forest Service Intermountain Region under the project title "USDA FS Region 13 Zone 9 Law Enforcement." The period of performance spans from the date of award until project completion. The vehicles specified are both 2024 RAM Power Wagons, identified by their respective VINs and located at the USDA Forest Service office in Missoula, Montana. Each vehicle is to be acquired as a single unit (EA - Each). This procurement is part of the federal government's effort to maintain and enhance law enforcement capabilities within the region, ensuring compliance and operational readiness for forest service law enforcement activities. The document serves as a formal request for proposals (RFP) for the upfitting of these vehicles to meet specific operational needs.
    The U.S. Department of Agriculture outlines a Request for Proposal (RFP) for the upfitting of two law enforcement vehicles for the U.S. Forest Service. The primary aim is to modify 2024 RAM Power Wagons to meet emergency service standards, including essential equipment installation and compliance with Forest Service policies. The contractor is responsible for picking up the vehicles, installing specified aftermarket components, and ensuring all features for law enforcement functionality, such as lighting systems, wiring specifications, and secure prisoner transport systems, are integrated properly. The project encompasses strict technical requirements, detailing the installation processes, wiring specifications, and safety measures, with a focus on uniformity and high-quality standards across both vehicles. The contract also outlines deliverables, timelines, and security protocols during vehicle possession. Completion is expected within 60 days of vehicle arrival, with rigorous inspection required before acceptance. This initiative highlights the government’s commitment to enhancing law enforcement capabilities while ensuring compliance with safety and operational standards.
    The document outlines mandatory and optional specifications for the marking of Forest Service law enforcement vehicles, ensuring standardization and visibility. Key requirements include a centered law enforcement badge on both front doors, specific green and gold striping along the vehicle's sides, and placement of American flags, Forest Service shields, and USDA logos in designated areas. For K-9 vehicles, additional reflective decals and caution markings are mandated. Window tinting needs supervisory approval, and vehicle markings may be adjusted slightly for symmetry, allowing for special cases where higher visibility is required. Optional markings include alphanumeric identifiers on the vehicle's roof, while specialty vehicles should mimic the appearance of standard marked units. The purpose of these specifications is to establish clear guidelines for vehicle identification and increase the visibility of law enforcement units operating within the Forest Service, aligning with safety and operational effectiveness in government roles that involve public interaction and law enforcement duties.
    The document is a Question & Answer Form related to a Request for Quote (RFQ) number 12318725Q0010 from the USDA Forest Service focused on the upfitting of unmarked vehicles for law enforcement and investigations. It includes instructions for submitting questions about the RFQ, emphasizing that inquiries must be submitted via the specified email form by October 22, 2024, at 5 PM EST, to be considered. The document highlights the procedural nature of government RFQs and encourages referencing the RFQ number in communications. The primary aim is to ensure clarity and transparency in the procurement process and facilitate potential bidders in obtaining necessary information for their quotations. Overall, the document reflects the government's effort to engage effectively with suppliers while adhering to established guidelines and deadlines.
    The file outlines the requirements for the Past Performance Questionnaire associated with Request for Proposal #12318725Q0010 for the USDA FS LE&I Unmarked Vehicle Upfit. It emphasizes the necessity for Offerors to provide detailed past performance information for evaluation purposes. The contractors must ensure that the questionnaire is filled out by relevant contracting officials regarding their projects to demonstrate their experience under Factor 2: Past Performance. The document comprises several sections, including Contractor Identification, Evaluation Ratings based on performance satisfaction, Evaluation Factors addressing quality, timeliness, and cost control, and a Narrative Summary for qualitative feedback. Performance is rated as Acceptable, Neutral, or Unacceptable based on the contractor's ability to deliver on quality, management, and cost efficiency. Conclusively, it encourages constructive feedback on contractor strengths and weaknesses, overall satisfaction, and potential future hiring considerations, thereby guiding the selection process while ensuring compliance and quality standards in contracting activities.
    The document outlines the evaluation criteria for the Request for Proposals (RFP) related to the USDA's Federal Supply (FS) project aimed at up-fitting emergency vehicles. Proposals will be assessed based on two main factors: Technical Proposal and Price. The Technical Proposal itself comprises evaluations of Past Performance and Technical Capability. The Past Performance rating can be Acceptable, Neutral, or Unacceptable, reflecting the Offeror's previous ability to meet similar requirements. Technical Capability is similarly rated, with Acceptable indicating a proposal meets requirements and has a reasonable chance of success, while Unacceptable signifies significant deficiencies requiring major revisions. The Price factor requires vendors to provide firm fixed pricing for the services rendered, including logistics details. Ultimately, the contract award will go to the vendor that demonstrates the best combination of past performance, technical capability, and price, ensuring compliance with governmental standards and requirements. This structured approach aims to facilitate the selection of a capable vendor to fulfill the government's vehicle up-fitting needs effectively and efficiently.
    Lifecycle
    Similar Opportunities
    USDA Forest Service Region 13 Zone 5 Law Enforcement Vehicle Upfitting
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors for the upfitting of law enforcement vehicles in Region 13, Zone 5, under solicitation RFQ 12318725Q0023. The project requires contractors to provide all necessary parts and materials, collect vehicles from designated National Forest locations, and return them after modifications, all in compliance with established national standards for law enforcement vehicles. This initiative is crucial for enhancing the operational readiness of law enforcement within the Forest Service, ensuring that vehicles are equipped with essential emergency equipment and communication systems. Interested small businesses must submit their quotes by November 1, 2024, and direct any inquiries to Drackus Thomas at drackus.thomas@usda.gov or Nicole Green at nicole.green2@usda.gov by October 29, 2024.
    23-Four (4) ATV's for Deschutes National Forest COHVOPS
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide four all-terrain vehicles (ATVs) for the COHVOPS program at Deschutes National Forest in Oregon. The procurement requires ATVs with a minimum engine displacement of 700cc, a towing capacity of 1300 lbs, power steering, and features designed for rugged terrain, including a rear rack capacity of at least 180 lbs and a minimum ground clearance of 10.5 inches. These vehicles are essential for trail grooming and maintenance, ensuring safe and efficient operation in challenging outdoor environments. Proposals must be submitted by October 23, 2024, with delivery required within 90 days post-award to Bend, Oregon. Interested vendors can contact Matthew Stephens at matthew.stephens@usda.gov or 541-362-6920 for further information.
    PURCHASE AND INSTALL OF FUEL SYSTEM ITEMS ON A 2023 RAM 2500.
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking vendors to purchase and install fuel system items for a 2023 RAM 2500 truck under requirement number FTWMCCG632106Z01. The procurement involves specific fuel parts and services, including installation, compliance with EPA and OSHA standards, and adherence to manufacturer warranties. This firm-fixed-price service order is not set aside for small businesses and requires detailed quotes that include individual part prices, labor costs, and delivery timelines. Interested vendors must submit their quotes by October 24, 2024, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, vendors can contact Shawn Ryan at shawn.ryan@gsa.gov or Robert Yates at robert.yates@gsa.gov.
    Temporary Office Trailer - Base Year + (4) Option Years
    Active
    Agriculture, Department Of
    The US Department of Agriculture's Forest Service seeks bids for a temporary office trailer, a critical need for its operations in Fillmore, Utah. The trailer must measure no larger than 10' x 38' and will be situated on a dirt lot with electrical hookups. Potential vendors should note that flexibility in office space is welcomed, but the specified size is a firm requirement. Amendment 0001 to the solicitation extends the offer due date to August 23rd, 2024, and successful bidders will deliver and set up the trailer, with the contract running from September 2024 to August 2029. Interested parties should contact Terri Tucker at terri.tucker@usda.gov for further details.
    K-9 Transportation Vehicles
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking quotations for the procurement of four K9 Transportation Vehicles based on the Ford F350 chassis for the U.S. Army Tactical Army Command (TACOM). The vehicles must meet specific technical specifications, including configurations for K9 enclosures, safety equipment, and electrical systems, and are intended for international deployment. This acquisition is categorized as a Brand Name procurement under the Federal Acquisition Regulation (FAR), emphasizing the need for standardization due to existing logistical frameworks. Interested vendors must submit their quotes, including compliance documentation, by the deadline of 4:00 P.M. ECSD on November 15, 2024, to the primary contact, Jack Brothers, at jack.brothers@gsa.gov. Late submissions will not be considered.
    25--WA Butler Hansen Road Maintainer
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the procurement of a road maintainer for the Julia Butler Hansen Refuge in Washington, under solicitation number 140FGA24Q0027. The procurement aims to acquire a single unit of a road maintainer that meets specific technical requirements, including adjustable wings, a weight exceeding 2,500 pounds, and delivery within 90 days of contract award. This equipment is crucial for maintaining the infrastructure of wildlife refuges, ensuring operational efficiency and safety. Interested small businesses must submit their quotes by October 28, 2024, and should be registered as active vendors in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, vendors can contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or call 703-358-2313.
    Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services
    Active
    Agriculture, Department Of
    Presolicitation AGRICULTURE, DEPARTMENT OF FOREST SERVICE is seeking Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services in Boise, ID, USA. The service is typically used for inspection, maintenance, repair, inventory management, engineering support, training, and coordination activities to ensure operational readiness for eight (8) Modular Airborne Fire Fighting Systems, second generation (MAFFS II), and associated ground equipment during the wildland fire season and throughout the year. The anticipated response date is 31 March 2024 at 1400 MT. The set aside code is Total Small Business Set-Aside (FAR 19.5). The NAICS code is 488190 – Other Support Activates for Air Transportation. The small business size standard is $40 Million. The Forest Service intends to issue a request for quotes (RFQ) on or around 1 March 2024. The resulting contract will be a firm-fixed priced (FFP), indefinite-delivery, indefinite-quantity (IDIQ) contract with a twelve (12)-month base period and four (4), twelve (12)-month option periods. Interested parties shall submit quotes through e-mail to the Contracting Officer, Gwen Boyle, at Gwendolynn.Boyle@usda.gov. Contractors must be registered and active in the SAM.gov database prior to contract award. All invoices for this procurement shall be submitted through the Department of Treasury’s Internet Payment Platform (IPP). For further information, please contact Gwen Boyle at Gwendolynn.Boyle@usda.gov.
    UNITED STATES FOREST SERVICE, INTERMOUNTAIN REGION 4, ROAD AND BRIDGE CONSTRUCTION SERVICES MATOC
    Active
    Agriculture, Department Of
    The United States Department of Agriculture's Forest Service is seeking qualified contractors for the Road and Bridge Construction Services Multiple Award Task Order Contract (MATOC) in the Intermountain Region 4, specifically focused on road and bridge construction and related services. The procurement includes a range of activities such as the repair and construction of various types of roads, bridges, culverts, and aquatic passages, with a total small business set-aside and a minimum of ten contracts anticipated to be awarded. This initiative is crucial for maintaining and enhancing infrastructure within national forests, ensuring both public accessibility and environmental stewardship. Interested vendors are encouraged to participate in scheduled site visits from October 9 to October 17, 2024, to familiarize themselves with the project locations, and must direct inquiries to Paul Larsen at paul.larsen@usda.gov. The full solicitation is expected to be available in fall 2024, with task orders ranging from $2,000 to $3,000,000 and a shared ceiling limit of $50,000,000 for all orders.
    127EAS24Q0004 Calaveras RD Snow Grooming
    Active
    Agriculture, Department Of
    The Department of Agriculture, Forest Service, is seeking a commercial contractor to provide snow grooming services on the Calaveras Ranger District of the Stanislaus National Forest in Murphys, CA. The contractor will be responsible for maintaining a smooth surface on snowmobile trails, allowing for safe travel at a maximum speed of 35 MPH. The trails to be groomed include Bear Valley Trail, Highway 4, and Spicer Reservoir Road. The contractor must provide all necessary labor, equipment, supplies, and transportation. The procurement is set aside for total small business. Interested offerors must submit a technical proposal, price proposal, and representations and certifications by email to robert.briney@usda.gov. The evaluation factors include price, technical capability, and past performance. The contract will be awarded to the responsible offeror whose proposal is most advantageous to the government.
    CO-INFO RESRCS & TECHLGY-HPE NIMBLE DEVICES SOFTWA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for the renewal of hardware and software support services for its HPE Nimble infrastructure under Request for Quotation (RFQ) number 140F1S24Q0100. The procurement aims to secure these essential services from November 15, 2024, to November 14, 2025, with an option for a six-month extension until May 14, 2026. This support is critical for maintaining the operational efficiency of the agency's IT infrastructure, which plays a vital role in its mission. Interested vendors must submit their inquiries by October 14, 2024, and provide their quotations by October 23, 2024, adhering to the specified submission guidelines. For further information, vendors can contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.