Fire Command Vehicle Upfit Services-Daniel Boone NF
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 for Fire Command Vehicle Upfit Services for the Daniel Boone National Forest in Winchester, KY. This is a Total Small Business Set-Aside for a Firm-Fixed Price Purchase Order to one contractor. The work involves installing specialized equipment, lighting, and markings on government-furnished vehicles. Offers are due March 20, 2026, at 3:00 PM ET.
Scope of Work
The contractor will perform upfit services on five government-furnished vehicles: four 2025 Ford F250 Crew Cab pickups and one 2025 Ford F550 cab and chassis. This includes the installation of lightbars, sirens, control boxes, center consoles, striping, markings, and Bendix King M150 radio kits. All installations must adhere to manufacturer recommendations and specific requirements detailed in the Statement of Work, including vehicle specifications (e.g., 4x4, white color, specific options) and marking diagrams. The work must be completed within 120 days from the date of award.
Contract & Timeline
- Contract Type: Firm-Fixed Price Purchase Order
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 335132 (Miscellaneous Vehicular Components), Size Standard: 600 employees
- Period of Performance: 120 Days from Date of Award (estimated 03/25/2026 to 07/24/2026)
- Government Furnished Equipment (GFE) Address: 1700 Bypass Rd, Winchester, KY
- Questions Due: March 18, 2026, at 3:00 PM ET
- Offers Due: March 20, 2026, at 3:00 PM ET
- Published Date: March 16, 2026
Submission Requirements
Offerors must submit a complete proposal electronically to sean.metzger@usda.gov, including:
- Signed SF-1449 (Blocks 30a, 30b, 30c).
- A Price Proposal with unit prices for all line items in the Schedule of Items.
- A Technical Proposal comprising:
- Completed Exhibit A (Contractor's Financial Information Sheet) and Exhibit B (Performance Relevancy Questionnaire), demonstrating previous experience.
- A synopsis of the contractor’s technical capability on how SOW tasks will be performed.
- Specification of personnel, equipment, and any planned subcontractors (including their experience).
- Completed Representations and Certifications.
- Crucial Note: If quoting "Brand Name or Equal to" items, a specification sheet from the manufacturer must be provided for technical evaluation.
Evaluation Criteria
Award will be made as a Trade-Off (Best Value), without discussions, based on:
- Meeting or exceeding brand name specifications.
- Contractor's business address being within 100 miles of the GFE pickup/drop-off location (1700 Bypass Rd, Winchester, KY). Offers from contractors located more than 100 miles away will not be considered.
- Contractor's Past Performance being approximately equal to the lowest price.
Additional Notes
This solicitation includes a U.S. Department of Labor Service Contract Act (SCA) Wage Determination for Kentucky, which bidders must consult for accurate labor cost calculations. Late or incomplete offers will not be considered.