LAW ENFORCEMENT VEHICLE BUILD
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 Land Management (BLM), Idaho State Office, has issued a Combined Synopsis/Solicitation (140L2626Q0010) for Law Enforcement Vehicle Uplift services. This opportunity seeks firm, fixed-price quotes for the installation and purchase of specialized equipment for new 2025 Ford F150 Police Responder pickup trucks for the Coeur d'Alene District Office. Proposals are due March 23, 2026, by 11:00 A.M. MDT.
Scope of Work
The contractor will be responsible for the installation of government-provided equipment and the purchase and installation of additional specified equipment into new 2025 Ford F150 Police Responder pickup trucks. Key deliverables include:
- Vehicle Upfitting: Installation of a Havis 24" Wide Flat Console, computer pedestal/deck/docking station for Dell Pro Rugged 14, Motorola APX 8500 radio and antennae, two lockable long gun mounts, Starlink Mobile/Mini with permanent roof mount, and 360-degree module lighting.
- Safety & Security: Provision and installation of fire extinguishers (1-2.5lb and 2.5-5lb) and Setina transport Max system components (partition, door guards, window barriers, transport seating, rear cargo storage).
- Exterior Enhancements: Installation of a Ranch Hand MFF24HBM1 front bumper, Warn VR EV012-S winch, off-road flood light, Decked drawer system, and Diamondback Switchback Tonneau cover.
- All installed equipment should preferably be Blueprint compatible.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Solicitation Number: 140L2626Q0010.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 517810 (Small Business Annual Receipts not to exceed $40.0 Million).
- Period of Performance: April 1, 2026, to May 30, 2026.
- Delivery: 60 Days After Receipt of Order (ARO).
- FOB Point: Destination.
- Payment: Via Invoice Processing Platform (IPP).
Submission & Evaluation
- Proposal Submission Deadline: March 23, 2026, by 11:00 A.M. MDT.
- Submission Method: Email to tparsons@blm.gov.
- Required Components: Completed Standard Form 1449, a completed Bid Schedule, and a detailed work plan demonstrating technical capability.
- Eligibility: Offerors must be registered and active in the System for Award Management (SAM).
- Evaluation Factors: Technical Capability, Prior Relevant Experience/Past Performance, and Price. Technical Capability, Prior Experience, and Past Performance combined are significantly more important than Price.
- Note: This solicitation is "All or None."
Contact Information
- Primary Contact: Thomas Parsons
- Email: tparsons@blm.gov
- Phone: 2083733911
- All questions must be emailed to the Contracting Officer.