Command Vehicle Upfitting Project

SOL #: FA286026Q0015Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA2860 316 CONS PK
JB ANDREWS, MD, 20762-7001, United States

Place of Performance

Andrews Air Force Base, MD

NAICS

Motor Vehicle Body Manufacturing (336211)

PSC

Vehicular Cab, Body, And Frame Structural Components (2510)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 11, 2026
2
Submission Deadline
May 27, 2026, 8:30 AM

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 Air Force is seeking proposals for a Command Vehicle Upfitting Project at Andrews Air Force Base, MD. This Request For Quotation (RFQ) is a Total Small Business Set-Aside to modify 2026 Chevrolet Silverado 1500 crew cab trucks into Incident Command Vehicles (ICVs) for the Joint Base Andrews Fire Department. The goal is to enhance emergency response capabilities, incident command operations, and mission-specific requirements for markings, communications, and equipment storage. Quotations are due by May 27, 2026, at 8:30 AM Z.

Scope of Work

The project involves comprehensive modifications to the vehicles, including:

  • Center Console Modification: Installation of a new console to house emergency communication equipment (radios, laptop carousel, siren components, USB/C ports, storage).
  • Incident Command Work Platform: Installation of a fully extendable, heavy-duty track system platform in the truck bed with integrated cabinets, storage, radio mounts, power outlets, touchscreens, and equipment drawers.
  • Slide-Out Command Module: Configuration of a multi-functional module with a fold-down monitor, dry-erase boards, bookcases, and SCBA storage.
  • Reinforced Cap: Installation of a reinforced cap to enclose the truck bed, featuring exterior-accessible shelving and a rear aluminum door.
  • Running Boards: Installation of Luverne Model 415114 wheel-to-wheel 7-inch Grip Step running boards or approved equal.
  • Emergency Lighting: Installation of a complete all-LED emergency lighting system, including controllers, siren/PA, a green command-identification light, rear directional arrow board, and scene lights, meeting NFPA 1900 requirements.
  • Battery Charger: Installation of an IOTA DLS 30-Amp AC/DC Power Converter and Battery Charger, with an upgrade to a dual-alternator and dual-battery configuration.
  • Vehicle Markings: Application of retro-reflective chevron striping, conspicuity tape, call sign identification, and other markings in accordance with NFPA 1901 and local requirements.
  • Suspension: Installation of additional suspension components to support increased vehicle weight.
  • Antennas: Installation of required antennas on a halo-type mounting bracket.

Contract & Timeline

  • Type: Request For Quotation (RFQ) / Combined Synopsis/Solicitation
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 336211 (Small Business Size Standard: 1,000 employees)
  • Product Service Code: 2510 (Vehicular Cab, Body, And Frame Structural Components)
  • Response Due: May 27, 2026, 8:30 AM Z
  • Published: May 11, 2026
  • Place of Performance: Contractor is responsible for vehicle pick-up and delivery. Work will support Joint Base Andrews, MD.

Performance Standards & Special Requirements

All work must conform to applicable laws, regulations, instructions, executive orders, commercial standards, and PWS requirements. Installation must ensure secure retention, ease of access, and safe operation, adhering to manufacturer guidelines, industry best practices, and OEM Modifier/Upfitter Guides. A warranty of one year from installation or eighteen months from shipment is required. Contractors must submit installation methods, design layouts, and material specifications for approval. All contract personnel must be US citizens, experienced with NFPA 1900 and 1901, and proficient with installed equipment. The Service Contract Act Wage Determination (Attachment 3) applies, outlining minimum wage rates and fringe benefits for labor costs in the specified geographic areas.

Points of Contact

People

Points of Contact

Darrell Gonzalez-McFaddenPRIMARY
Shantel SkariSECONDARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 11, 2026
Command Vehicle Upfitting Project | GovScope