K--MN DIVISION OF REFUGE LE VEHICLE UPFITTING
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
This is an Award Notice for Vehicle Upfitting and Decommissioning Services for the U.S. Fish and Wildlife Service (USFWS), Division of Refuge Law Enforcement (DRLE) in Minnesota. While classified as an Award Notice, specific award details (awardee, value) are not provided in the available data. The opportunity was a Total Small Business Set-Aside.
Scope of Work
The awarded services involve upfitting emergency vehicles (SUVs/pickup trucks) to "Class A" standards with emergency lighting, audible warnings, control consoles, and other mission-specific equipment. This includes installing government-identified law enforcement equipment and aftermarket items, ensuring standardized and weatherproof wiring. The scope also covers decommissioning old vehicles by removing law enforcement equipment, prepping them for auction, and assisting with transport to FWS facilities. Storage of decommissioned equipment for future use is also required. Vehicle types primarily include 4-door, 4x4 pickup trucks, with three Chevy Silverado 1500 SSVs specifically mentioned for upfitting. Up to four new trucks were planned for upfitting in 2026.
Contract Details
- Type: Firm-fixed price contract.
- Period of Performance: Estimated from April 15, 2026, to December 1, 2026, with an option for the government to require continued performance for up to 6 months.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Original Offer Due Date: April 8, 2026, at 5:00 PM ET.
- Contract Value: The contract was for up to $100,000.
Performance Requirements & Evaluation
Work was required to meet pre-established standards, comply with equipment manufacturers' instructions, and ensure performance minimizes risks of electrical or mechanical failure. The vendor facility needed to be within two hours of the Regional Office (Bloomington, MN) or Sherburne NWR - Zimmerman, MN. A minimum twelve (12) month warranty on all work was mandatory. Bidders on the original solicitation were required to use the U.S. Department of Labor Wage Determination (No. 2015-4947, Revision 30) for Sherburne County, Minnesota, which outlines minimum hourly wage rates and fringe benefits. Proposals were evaluated on a best-value basis, with technical requirements, past performance, experience, and lead time being more important than price. Offerors needed to be registered in the System for Award Management (SAM) and submit quotes via email to jeremy_riva@fws.gov.
Additional Notes
The solicitation included numerous FAR clauses and provisions, and mandated electronic invoicing through the Invoice Processing Platform (IPP).