(EN7097) (EN7098) - LIGHTS, SIREN & STRIPING
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 is soliciting proposals from Total Small Businesses for the provision and installation of lights, siren, and striping packages on two new 2026 vehicles (Ford F250 Crew Cab and Chevrolet 2500 Crew Cab). This combined synopsis/solicitation (RFQ) requires vendors to equip the vehicles with emergency lighting, sirens, and related electronic equipment, including a custom center console. Quotes are due by April 10, 2026, at 08:00 AM MT.
Scope of Work
This opportunity involves equipping two specific vehicles:
- Vehicle 1: 2026 Ford F250 Crew Cab (VIN# 1FT7W2BA5TEE32203)
- Vehicle 2: 2026 Chevrolet 2500 Crew Cab (VIN# Unknown)
Key installation requirements include:
- Lightbar Installation: Supply and install LED strobe light bars (approx. 55 inches, 360-degree red/white FIRE, take down, alley/scene, amber directional traffic lights) mounted to the roof, along with additional red/white strobes in the front grill and red LEDs in the rear bed and taillight housings.
- Siren & Electronics: Install a siren/light controller with PA microphone and traffic director control. Install a USFS-supplied radio package (BK Tech KNG M150) into a vendor-supplied heavy-duty cab center console.
- Custom Console: Supply and install a sloped wide-body heavy-duty cab center console (11 gauge welded steel, 20" wide) with internal dual cup holder, radio/light/siren control mounting faceplates, two magnetic mic holders, a 9" external locking storage box, two 9" height-adjustable armrests, and two individually fused 12-volt and two USB outlets.
Logistics: The USFS will deliver and pick up vehicles within 250 road miles of Jerome, ID (370 American Ave. Jerome ID 83338). Vendors located beyond this range must arrange for towing. A 30-day notice is required for vehicle delivery to the vendor, and work must be completed within 10 days of delivery. Aftermarket console setup is authorized; no used parts are permitted.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Award Type: Single award anticipated.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product/Service Code: N042 (Installation Of Equipment: Fire Fighting, Rescue, And Safety Equipment)
- Payment: Via EFT, using IPP.Gov.
- FOB: Destination
Submission & Evaluation
- Quotes Due: April 10, 2026, by 08:00 AM MT.
- Questions Due: April 7, 2026.
- Submission Method: Email to barclay.webster@usda.gov.
- Evaluation Criteria: Award will be made to the highest technically rated offeror with reasonable pricing, acceptable or neutral past performance, and a favorable delivery/completion date. Evaluation factors include Price, Technical Acceptability, Delivery/Completion Date, and Past Performance.
- Technical Acceptability: Quoted products must meet or exceed all salient characteristics, be clearly identified (make/model or "equal"), include sufficient descriptive literature, and be available for delivery within the specified timeframe.
- Past Performance: Vendors must not have negative data in SAM, FAPIIS, CPARS, or PPIRS. Evidence of recent and relevant past performance (within 3 years) is required.
- Eligibility: Vendors must be registered and active in SAM.gov as a Small Business.
Additional Notes
This solicitation incorporates provisions and clauses by reference (FAR Part 12). AGAR Clause 452.203-71 (Anti-Discrimination and DEI Compliance) is applicable. Vendors must complete and sign all information blocks on page 2 of the RFQ. Attachments include Terms and Conditions, the Statement of Work (SOW), and the Service Contract Labor Exemption.