K--SD OLE VEHICLE UPFITS (3 TRUCKS)
SOL #: 140FS226Q0052Award Notice
Overview
Buyer
Interior
Us Fish And Wildlife Service
FWS, SAT TEAM 2
Falls Church, VA, 22041, United States
Place of Performance
Place of performance not available
NAICS
Electronic and Precision Equipment Repair and Maintenance (811210)
PSC
Modification Of Equipment: Ground Effect Vehicles, Motor Vehicles, Trailers, And Cycles (K023)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Mar 9, 2026
2
Last Updated
Mar 26, 2026
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 U.S. Fish and Wildlife Service (USFWS), specifically the National Wildlife Refuge System Law Enforcement (NWRSLE), is soliciting proposals for vehicle upfitting services for three (3) Ford F150 trucks. These upfits are for emergency response duties, ensuring the safety of Federal Wildlife Officers. This is a Total Small Business Set-Aside.
Scope of Work
The requirement involves installing government-identified law enforcement equipment on three Ford F150 vehicles. This includes:
- Emergency Lighting & Audible Systems: Headlight flashers/LED inserts, interior/exterior LED lightbars, rear/side light sticks, tailgate lighting, 360° front/rear intersection lights, siren controllers/speakers.
- Protective & Utility Equipment: Heavy-duty winch-ready grill guards with side lighting, window tinting, optional prisoner partitions/cages, vertical dual rifle/shotgun gun racks.
- Interior & Power Systems: Control consoles with power outlets/cup holders, interior overhead lights, custom modular police package wiring harnesses, fire extinguishers, handheld rechargeable spot lights, programmable battery savers, 4/5G cell phone boosters, solar trickle chargers, 600-watt power inverters, radio-ready wiring, roof antennae, optional black-out switches.
- Graphics: Application of graphics for Class A (fully marked) vehicles. Vehicles will be upfitted as either Class A (marked) or Class B (unmarked) patrol vehicles, with identical internal and external equipment for standardization. K9-specific equipment will be communicated separately.
Contract Details
- Contract Type: Firm-Fixed Price.
- Set-Aside: 100% Total Small Business Set-Aside.
- Period of Performance: April 1, 2026, to May 8, 2026.
- Place of Performance: Vehicles are currently located in Aberdeen and Columbia, South Dakota.
- Wage Determination: This contract is subject to U.S. Department of Labor Wage Determination No. 2015-5369, Revision No. 27, for Minnehaha County, South Dakota, and surrounding areas, outlining minimum hourly wage rates and fringe benefits under the Service Contract Act.
Eligibility & Submission
- Eligibility: Offerors must be an Authorized Manufacturer's Distributor and Authorized Warranty Center for the specified equipment and provide substantiating letters.
- Submission: Quotations should be submitted using Standard Form (SF) 1449, along with all supporting documents, by the specified closing date and time. Vendors must demonstrate how they will accomplish requirements and provide at least two examples of similar past performance.
- Evaluation: Award will be made to the offeror most advantageous to the government, considering technical requirements, past performance, experience, lead time, and price. Technical and past performance are more important than price. The government reserves the right to award to other than the lowest-priced offer.
- Delivery: Completed upfitted vehicles must be delivered within 30 calendar days from the date the vehicle arrives at the vendor's facility. The requested delivery date for completed upfits is May 8, 2026.
- Contact: Quotes and questions must be emailed to Jeremy Riva (jeremy_riva@fws.gov).
Special Requirements & Notes
- Installation Quality: All installations must comply with equipment manufacturers' instructions and NWRSLE standards, with weatherproof wiring and secure connections.
- Warranty: A 12-month warranty on installation is required, with major components warrantied by their manufacturers.
- Storage & Damage: No NWRSLE vehicle will be stored outside a secure area overnight. The vendor is responsible for any damage incurred during shipping and build phases.
- Closing Date: The specific closing date for submissions is not provided in the available summaries; bidders should refer to the full solicitation document (Block 8) for this critical detail.
People
Points of Contact
Riva, JeremyPRIMARY
Files
Versions
Version 2Viewing
Award Notice
Posted: Mar 26, 2026
Version 1
Solicitation
Posted: Mar 9, 2026