R5 Command Buildups

SOL #: 127EAY26Q0074Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Forest Service
PACIFIC SOUTHWEST REGION, REGION 5
VALLEJO, CA, 94592, United States

Place of Performance

Quincy, CA

NAICS

All Other Automotive Repair and Maintenance (811198)

PSC

Miscellaneous Vehicular Components (2590)

Set Aside

No set aside specified

Timeline

1
Posted
May 6, 2026
2
Submission Deadline
May 14, 2026, 12:00 AM

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, Pacific Southwest Region 5, is soliciting quotations for R5 Command Buildups, a Firm-Fixed Price contract to outfit twenty-five (25) light pickup trucks as fire emergency support vehicles. This effort involves installing specialized equipment and striping for the Eldorado, Inyo, Tahoe, Sierra, and Sequoia National Forests. This is an unrestricted requirement, and all responsible sources are invited to submit. Quotations are due May 13, 2026, at 5:00 PM Pacific Time.

Scope of Work

The contractor will be responsible for outfitting twenty-five (25) light pickup trucks (various makes and models) as emergency vehicles. This includes the supply and installation of light bars, light heads, siren packages, electrical components, and special striping/marking, all in accordance with Region 5 and National Fire equipment standards. A critical requirement is that all installed electrical components must operate on a stand-alone system to prevent interference with or voiding of vehicle manufacturer warranties. The work must be performed within 150 miles of Placerville, CA, to facilitate government vehicle supply and inspection.

Contract Details

  • Opportunity Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ)
  • Contract Type: Firm-Fixed Price
  • NAICS Code: 811198 (Automotive Repair and Maintenance Services), with a small business size standard of $10 million.
  • Set-Aside: Unrestricted. This acquisition is not set-aside for small business concerns.
  • Period of Performance: The total period for outfitting all vehicles is 220 calendar days, with a maximum of 30 calendar days per vehicle.
  • Place of Performance: Within 150 miles of Placerville, CA.

Submission & Evaluation

  • Questions Due: April 23, 2026, 12:00 PM Pacific Time, via email to Mary.Bosch@usda.gov.
  • Quotations Due: May 13, 2026, 5:00 PM Pacific Time. Submissions must be sent to PPS.proposals@usda.gov, Attn: Mary Bosch.
  • Offer Acceptance Period: 90 calendar days from the receipt of offers.
  • Evaluation Criteria: Award will be made to the offeror representing the best value to the Government, based on a comprehensive assessment of Technical Approach, Price, and Past Performance. The Technical Approach must demonstrate a thorough understanding of requirements, and price must be fair and reasonable.

Key Attachments & Requirements

  • Statement of Work (SOW): Provides detailed specifications for lighting (LED lightbars, warning lights), siren systems, radio console, aftermarket wiring, and striping (3M reflective sheeting, specific color/design). It emphasizes adherence to OEM/Manufacturer specifications, industry standards, NFPA, State Laws, and USDA Forest Service Policy.
  • Schedule of Items (SOI): Lists specific vehicle models (e.g., Ram/Crew cab 2500, Ford F-350 Super Cab) and quantities for which bidders must provide pricing.
  • Wage Determinations: Multiple wage determinations (e.g., for Inyo County, Douglas County NV, Eldorado, Placer, Sierra, Sequoia counties) are provided. Bidders must review these to accurately estimate labor costs and ensure compliance with minimum wage rates and fringe benefits under the Service Contract Act.
  • Certifications: Offerors must provide manufacturer traceability and a Certificate of Conformance (COC) in accordance with FAR clause 52.246-15.

Contact Information

Primary Contact: M. Kathy Bosch (Mary.Bosch@usda.gov, 802-345-9284).

People

Points of Contact

M. Kathy BoschPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 6, 2026
R5 Command Buildups | GovScope