J--LE PATROL VEHICLE REPLACEMENT NORTHWEST OREGON
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 Bureau of Land Management (BLM), Northwest Oregon Office, is seeking proposals for the outfitting of one (1) 2026 Ford F-150 Law Enforcement Vehicle. This is an UNRESTRICTED solicitation for a Firm Fixed Price Commercial Services Purchase Order. The contractor will be responsible for installing various specialized equipment and features.
Scope of Work
The contractor will outfit a 2026 Ford F-150 Law Enforcement Vehicle. Key requirements include, but are not limited to:
- USB charging ports, vehicle alarm system, and window tinting.
- LED light bar, emergency lights, and radar unit mounts.
- Cell phone booster, toolboxes, and bumpers with Line-X coating.
- Power inverter, prisoner partition, and seats.
- GPS unit, computer stand, and weapons mounts.
- Radio and antenna installation, and a Truck Vault.
- Exterior badging and stripping.
- Uninstalling and removing after-market items from an old vehicle. All parts must be "NAME BRAND OR EQUIVALENT," with exact placement at BLM's discretion. The government will deliver both the new and old vehicles to the vendor.
Contract Details
- Contract Type: Firm Fixed Price Commercial Service Purchase Order.
- Period of Performance: May 1, 2026, to September 1, 2026.
- New Vehicle Delivery: Approximately April 1, 2026.
- Set-Aside: UNRESTRICTED.
- NAICS Code: 811198 (Automotive Repair and Maintenance, Except Car Washes).
Submission & Evaluation
Quotations must be submitted electronically via email to the addresses specified in the solicitation. Questions must be submitted in writing via email by a specified deadline. Proposals require two parts:
- Non-Price Section: Evaluated on "Relevant Experience," requiring at least three similar projects completed as a Prime Contractor within the last five years.
- Price Section: Evaluated on "Price." Award will be made to the responsible firm whose quote is most advantageous to the Government, considering price and other factors, including past performance.
Additional Notes
The solicitation includes various FAR and Department of the Interior clauses covering environmental, hazardous materials, green procurement, labor standards, payment, and contract administration. The latest Service Contract Act Wage Determination for Marion and Polk Counties, Oregon, will be incorporated at the time of award, outlining minimum wage rates and fringe benefits that bidders must factor into their proposals.