Upfit for Ford F250 Patrol Vehicles
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, Law Enforcement and Investigations, Region 13 Subregion 5, is soliciting proposals for the upfitting of three (3) 2025 Ford F250 Patrol Vehicles. This acquisition is a Total Small Business Set-Aside and aims to transform the vehicles into fully functional emergency law enforcement units. Quotes are due by April 10, 2026, 5:00 PM CST.
Scope of Work
The vendor will be responsible for the comprehensive upfitting of three specific 2025 Ford F250 vehicles, including pick-up, delivery, supply acquisition, and installation services. The objective is to equip these vehicles as emergency law enforcement units with red/blue lights, sirens, prisoner security features, and operational capabilities. Key installations include:
- Emergency Systems: CENCOM Lighting System (CA compliant), Prisoner Transport Cage, Front Partition, dual gun locks.
- Operational Enhancements: Vehicle striping/graphics (per Attachment C specifications), 20% ceramic window tint, AXON Vehicle Camera Systems, GEOTAB Telematics, microphone mounts, mobile printers, docking adapters, radio prewiring, Back Rack Safety Rack, and computer mount accessories.
- Electrical & Safety: Factory wiring integration with isolation master switch, protective sheathing for wiring, and a master cut-off switch for add-on electrical components. The Government will provide the vehicles, GEOTAB T-Harness, and AXON Camera Systems. Work must be completed within 60 days of Government Furnished Property arrival, with the vendor having capacity to start within 30 days of contract award. The vendor facility must be within 300 miles of the specified pick-up/delivery locations in San Bernardino, CA, and Willows, CA.
Contract Details
- Contract Type: Firm-Fixed Price.
- Award Intent: The Government intends to make one award.
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 811111 (Automotive Mechanical and Electrical Repair and Maintenance).
- Small Business Size Standard: $9 Million.
- Entity Registration: Offerors must have an active registration in the System for Award Management (SAM).
Submission & Evaluation
- Submission Deadline: April 10, 2026, 5:00 PM CST.
- Submission Method: Offers must be emailed to Shannon Warren-Davis at shannon.warren-davis@usda.gov.
- Required Documents:
- Completed total price for the Schedule of Items (Attachment D).
- Completed Attachment E Experience Questionnaire.
- Acknowledgement of any amendments issued on sam.gov.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA).
- Technical Acceptability: Rated as "acceptable" or "unacceptable" based on a sound and compliant approach.
- Past Performance: Evaluated as Acceptable, Neutral, or Unacceptable.
Key Dates & Contacts
- Questions Due: April 10, 2026, 5:00 PM CST, to shannon.warren-davis@usda.gov.
- Primary Contact: Shannon Warren-Davis, shannon.warren-davis@usda.gov, 202-938-0046.