CNF Fire Buildups
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USDA Forest Service, Cleveland National Forest, is seeking quotations for a Firm-Fixed Price contract to outfit fire emergency support vehicles. This Total Small Business Set-Aside opportunity, under solicitation number 127EAY26Q0029, requires contractors to supply and install specialized components to convert standard vehicles into emergency response units. Quotations are due by May 13, 2026, at 5:00 p.m. Pacific Time.
Scope of Work
The contractor will be responsible for outfitting fire emergency support vehicles according to Region 5 and National Fire equipment standards. This includes the installation of:
- Light bars, light heads, and siren packages.
- Electrical components, ensuring they are on a stand-alone system to prevent interference or voiding vehicle warranties.
- Specialized striping and marking per Forest Service specifications. The work involves outfitting vehicles as emergency units, with specific details provided for two Battalion Chief SUVs. All installations must adhere to OEM/Manufacturer specifications, Industry Standards, applicable NFPA standards, State Laws, and USDA Forest Service Policy, with a minimum one-year warranty on installed components.
Contract Details
- Contract Type: Firm-Fixed Price (FFP).
- Anticipated Awards: A single award is anticipated, but up to three awards may be made.
- Delivery: Vehicle outfitting is expected within 30 Days After Receipt of Order (ARO). The contract time per vehicle is negotiable but should not exceed 30 calendar days.
- Place of Performance: The government will pick up and deliver vehicles to the contractor's designated service location, where inspection and acceptance will also occur.
- Set-Aside: This is a Total Small Business Set-Aside.
- NAICS Code: 811198 (Miscellaneous Vehicular Components) with a $10 million size standard.
Submission & Evaluation
- Quotations Due: May 13, 2026, 5:00 p.m. Pacific Time.
- Submission Email: PPS.Proposals@usda.gov.
- Questions Due: April 27, 2026, 12:00 PM Pacific Time, via email to Mary.Bosch@usda.gov.
- Evaluation Method: Lowest Price Technically Acceptable (LPTA). The lowest-priced offer will be evaluated first for Technical Acceptability.
- Evaluation Criteria: Technical Acceptability (ability to meet requirements and demonstrate understanding), Price (fair and reasonable), and Past Performance (references, past contracts, CPARS). Award will be made to the highest technically rated offeror with a fair and reasonable price and acceptable or neutral past performance, without tradeoffs.
Additional Notes
Technical data, a detailed Statement of Work (SOW), Fire Command Support SUV specifications, and a Wage Determination for San Diego County, CA, are available as attachments. Offerors should review the Service Contract Labor Standards and request additional wage determinations if needed.