Red Light & Siren Install on 6 Vehicles
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 is soliciting quotes for the installation of Red Light & Siren Packages on six 2024 Ford vehicles (F-350, F-250, F-150) located in Sparks, NV. This is a Total Small Business Set-Aside. Quotes are due February 20, 2026, by 08:00 MT.
Scope of Work
This opportunity requires the procurement and installation of Red Light & Siren Packages for six specific 2024 Ford trucks, including two F-350s, three F-250s, and one F-150, each with detailed VINs. The scope also includes:
- Installation of aftermarket console setups.
- Provision of towing services to and from the delivery address (1200 Franklin Way, Sparks, NV 89431) if the vendor's work site is beyond 100 road miles.
- Completion of work within 15 days of vehicle delivery, with a 30-day notice required for vehicle delivery.
- All parts must be new, with clear traceability to the Original Equipment Manufacturer (OEM). No used parts are authorized.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ), Firm Fixed Price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 811111, Small Business Size Standard: $9 million.
- Award Intent: One award will be made to the offeror representing the best value to the Government.
- FOB: Destination.
- Applicable Clauses: Includes FAR 52.225-3 Buy American–Free Trade Agreements–Israeli Trade Act and AGAR Clause 452.203-71 (Anti-Discrimination and DEI Compliance).
Submission & Evaluation
- Quotes Due: February 20, 2026, by 08:00 MT.
- Questions Due: February 18, 2026.
- Submission: Quotes must be delivered to B. Shane Webster (barclay.webster@usda.gov).
- Evaluation Criteria: Award will be based on a best value determination, considering:
- Price: Fair and reasonable, with the lowest price from a qualified SAM-registered vendor considered favorably. Offers must include pricing for all items.
- Technical Acceptability: Meeting or exceeding all salient characteristics, clear identification of make/model/equal, sufficient descriptive literature, and timely delivery.
- Delivery/Completion Date: Shorter periods may be viewed favorably.
- Past Performance: Acceptable or neutral past performance, with no negative data in SAM, FAPIIS, CPARS, or PPIRS. Evidence of recent and relevant performance is required.
- Eligibility: Vendors must be registered and active in SAM as a Small Business.
Additional Notes
Refer to Attachment 1 for Solicitation Terms and Conditions and Attachment 2 for the Statement of Work (SOW). Payment will be made via EFT, and invoices should be submitted using IPP.Gov.