Chevy 1500 2020 Vehicle Light Package
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 Department of the Interior, Bureau of Reclamation, is seeking quotations for the furnishing and installation of a Whelen Vehicle Light and Siren Package on a Government-owned 2026 Chevy 1500. This equipment is intended for the Hoover Dam Security Response Force (SRF), a tactical response unit responsible for safeguarding the dam and ensuring public safety. This is a Solicitation (RFQ), and it is not a Small Business Set-Aside. Quotations are due May 22, 2026, at 1700 PD.
Scope of Work
The requirement involves the purchase, installation, and integration of a law-enforcement-grade light and siren package. Key deliverables include:
- Siren and Light Control System: Whelen Core Siren Amplifier & 9XS Lightbar Package, OBD II Interface Cable, 100-Watt Siren Speaker with mounting bracket, and an Expansion Module.
- Lightbar: One 54" Whelen 9XS Edge Lightbar (Red, White, Blue, White).
- Warning Lights: Front, side, and rear warning lights, specifically Whelen Tion Tri-Color and Whelen Mini-Tion Dual Color lights, with specific mounting requirements.
- Weapons Storage: D-T-Rail Mount with two universal HK gun locks and free-standing configuration.
- Additional Equipment: A 15-circuit power management system with timer, custom wiring harness, and all necessary installation materials.
- Installation Services: Secure mounting, integration into the vehicle's electrical system, protection and labeling of wiring, verification of system functionality, and manufacturer-recommended programming.
- Documentation & Demonstration: Provision of wiring diagrams, user manuals, warranty information, and a functional demonstration of the installed system.
Contract & Timeline
- Contract Type: Request for Quotation (RFQ)
- Period of Performance: June 1, 2026, to August 1, 2026.
- Delivery: FOB Destination, by August 1, 2026.
- Set-Aside: Not a Small Business Set-Aside.
- Submission Deadline: May 22, 2026, at 1700 PD.
- Published Date: May 12, 2026.
Submission & Evaluation
- Submission Method: Electronically to virginia_toledo@ios.doi.gov.
- Quote Package Requirements: Must include SF-18, itemized pricing (equipment, materials, labor, installation), identification of optional items, proposed delivery/installation schedule, warranty details, description of installation capability, evidence of relevant experience, certifications, and past performance examples.
- Evaluation Factors: Technical capability, schedule, past performance, and price. Positive performance history with law-enforcement agencies is preferred. Payment will be processed through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP).
Contact Information
- Primary Contact: Virginia Toledo (virginia_toledo@ios.doi.gov, 9283438136).