K--NM-REFUGES-F150 VEHICLE UPFIT

SOL #: 140FS226Q0081Award Notice

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS, SAT TEAM 2
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

Motor Vehicle Electrical and Electronic Equipment Manufacturing (336320)

PSC

Modification Of Equipment: Ground Effect Vehicles, Motor Vehicles, Trailers, And Cycles (K023)

Set Aside

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

Timeline

1
Posted
Mar 30, 2026
2
Last Updated
Apr 30, 2026

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 US Fish and Wildlife Service (USFWS), under the Department of the Interior, is soliciting proposals for the upfitting of two (2) F-150 Law Enforcement Vehicles. This Total Small Business Set-Aside opportunity requires specialized services to equip vehicles with emergency lighting, audible warnings, and other mission-specific components for Federal Wildlife Officers. Quotes are due by April 14, 2026, at 10:00 AM Central Time.

Scope of Work

The scope involves upfitting two Ford F-150 vehicles to meet USFWS Law Enforcement standards. This includes installing emergency lighting, audible warning devices, center control consoles, and other mission-specific equipment. Vehicles must be fully marked Class A law enforcement units, identical in internal and external equipment. The work must adhere to pre-established standards, with the vendor responsible for transporting vehicles beyond 100 miles from Tucson, AZ. Installation of aftermarket equipment must comply with manufacturer instructions, and all original removed equipment must be returned. A minimum twelve (12) month warranty on all work is required.

Contract Details

  • Contract Type: Firm-fixed-price order
  • Period of Performance: April 23, 2026, to September 30, 2026
  • Delivery Date: September 30, 2026 (or within 150 days of vehicle arrival at vendor's facility)
  • Set-Aside: Total Small Business Set-Aside (100%)
  • NAICS Code: 336320 (Size Standard: 1,000 employees)

Submission & Evaluation

  • Quotes Due: April 14, 2026, at 10:00 AM Central Time
  • Submission Method: Email to dana_arnold@fws.gov as a combined/single PDF file.
  • Required Documents: Completed SF 1449, Company Information, Provision at FAR 52.225-2, signed solicitation amendments, Technical Approach, Lead time for completion, and Price quotation.
  • Evaluation Factors: Technical approach, lead time for completion after receipt of order, past performance, and price.

Additional Notes

Offerors are responsible for reviewing and completing all required documents and representations. The Statement of Work (SOW) provides detailed specifications for equipment, wiring, vehicle graphics, and quality control. Vehicles are located in Tucson, AZ, and the vendor is responsible for any damage incurred during shipping and build phases.

People

Points of Contact

Arnold, DanaPRIMARY

Files

Files

Download
Download

Versions

Version 2Viewing
Award Notice
Posted: Apr 30, 2026
Version 1
Solicitation
Posted: Mar 30, 2026
View
K--NM-REFUGES-F150 VEHICLE UPFIT | GovScope