R05 Command Buildups
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 Fleet Management, specifically the Eldorado National Forest, is seeking proposals for R05 Command Buildups. This Total Small Business Set-Aside opportunity is for a Firm-Fixed Price contract to outfit twenty-five (25) fire emergency support vehicles for the Eldorado, Inyo, Tahoe, Sierra, and Sequoia National Forests. The work involves supplying and installing various emergency vehicle components and special markings. Quotations are due May 1, 2026, at 5:00 PM Pacific Time.
Scope of Work
The contractor will outfit 25 light pickup trucks (various makes and models) as fire emergency vehicles. Key tasks include:
- Installation of light bars, light heads, siren packages, and electrical components.
- Application of special striping and marking per Forest Service specifications.
- Supplying all components (excluding government-furnished items), which must be new and traceable to the Original Equipment Manufacturer (OEM), with a Certificate of Conformance (COC).
- Ensuring electrical components are on a stand-alone system to preserve vehicle manufacturer warranties.
- Minimizing changes to the existing vehicle during installation.
- Adherence to manufacturer specifications, commercial practices, NFPA standards, State Laws, and USDA Forest Service Policy.
Contract Details
- Contract Type: Firm-Fixed Price.
- Anticipated Award: Single award, with the possibility of up to three awards.
- Period of Performance: Delivery required within 220 days After Receipt of Order (ARO). The contract time per vehicle is not to exceed 30 calendar days and is an evaluation factor.
- Place of Performance: Contractor's service location, which must be within 150 miles of Placerville, CA (95667). The government will handle vehicle delivery and pickup.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 811198 (Other Automotive Repair and Maintenance) with a $10 million size standard.
- Wage Determinations: Applicable Service Contract Labor Standards wage determinations for various California and Nevada counties are included (e.g., Eldorado, Inyo, Tulare, Douglas). Bidders must account for these minimum wage rates and fringe benefits in their pricing.
Submission & Evaluation
- Questions Due: April 23, 2026, 12:00 PM Pacific Time, via email to Mary.Bosch@usda.gov.
- Quotations Due: May 1, 2026, 5:00 PM Pacific Time, submitted to PPS.proposals@usda.gov Attn: Mary Bosch.
- Offer Acceptance Period: 90 calendar days from receipt of offers.
- Evaluation Criteria: Award will be made to the offeror representing the best value to the Government, based on:
- Technical Approach: Demonstrating thorough understanding, ability to meet schedule and requirements.
- Price: Fair and reasonable pricing for all line items.
- Past Performance: Acceptable or neutral record.
Key Attachments
- Attachment 1 – Statement of Work (SOW): Detailed scope, performance standards, and special requirements.
- Attachment 2 – Schedule of Items (SOI): Pricing sheets listing specific vehicle models for which bidders must provide detailed pricing.
- Attachments 3-6 – Wage Determinations: Essential for calculating labor costs.