K--QW VAN OUTFITTING
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 U.S. Geological Survey (USGS), under the Department of the Interior, is soliciting proposals for QW Van Outfitting (Solicitation Number: 140G0126Q0061). This opportunity involves the modification of a 2024 Mercedes-Benz Sprinter van to serve as a dedicated mobile enclosure for water-quality sample collection, calibration, and transport. This acquisition is a 100% Total Small Business Set-Aside. Proposals are due March 26, 2026, at 10:00 AM MT.
Scope of Work
The project requires comprehensive modification of a Government-owned Sprinter van located in Fort Worth, TX. The primary objective is to minimize cross-contamination between vehicle materials and water-quality samples. Key modifications include:
- Power System: Installation of a 6500W generator, enclosed and externally vented, with internal push-start. Alternative power systems (e.g., Lithium battery banks) are acceptable if they provide sufficient power for sampling equipment and AC, with recharging infrastructure.
- Climate Control: Roof-mounted AC unit for the lab portion.
- Electrical: Installation of multiple 110V outlets (internal and external) and low-profile LED lighting.
- Lab Enclosure: A walled-off, rear-accessible, carbon monoxide-preventing enclosure with floor-mounted tie-downs and a drain.
- Work Surfaces: Counters (20" deep, 38" high) along the rear and driver's side, each with flush-mounted sinks and drains. A storage cabinet for a holding tank is required.
- Waste Management: External waste water port with controls.
- Cabinetry: Various white cabinets with minimal metal hardware, including open storage, shelves, drawers, overhead units (one for a water carboy), and dedicated corrosive/flammables cabinets. Cabinet doors must be lockable. High-density plastic is preferred for interior walls, and Fiberglass Reinforced Plastic (FRP) is not required. Rear storage depth can be adjusted to 32-36 inches, provided 30 inches for sampling equipment and power system space are maintained.
- Interior Finish: Insulated walls with non-metallic white covering, and a new, light-colored, water-resistant, easy-to-clean floor.
- Additional Features: Closeable 1-inch tubing ports and a trailer hitch receiver.
Contract Details
- Contract Type: Commercial Products and Services.
- Set-Aside: 100% Total Small Business Set-Aside (NAICS 811121, $9M size standard).
- Product/Service Code: K025 - Modification Of Equipment: Vehicular Equipment Components.
- Delivery: FOB Destination for materials, with a delivery date of May 29, 2026, for Item 00010.
Submission & Evaluation
- Offer Due Date: March 26, 2026, at 10:00 AM MT.
- Submission Method: One electronic copy to Mindie Dixon at mindie_dixon@ios.doi.gov.
- Proposal Structure: Proposals must include Tab A (SF 1449), Tab B (Pricing with itemized quote), Tab C (Representations and Certifications), and Tab D (Evaluation Factor Responses).
- Evaluation Factors: Technical Capability (3-page limit, including approach to SOW and compliance), Past Performance (up to 3 relevant contracts from past 3 years), and Price. Technical and Past Performance combined are significantly more important than cost or price.
- Key Forms: Offerors must complete FAR 52.212-3, 52.204-24, and FAR 52.225-2.
Contact Information
For questions, contact Mindie Dixon at mindie_dixon@ios.doi.gov.