AI helper
The U. S. Fish and Wildlife Service (FWS) is seeking services for the upfitting of law enforcement vehicles. Approximately 50 units per year will require the installation of emergency lighting, audible warning systems, control consoles, and other mission-specific equipment. Vehicles will be SUVs or pickup trucks, outfitted as marked Class A or unmarked Class B vehicles, with identical internal and external equipment for standardization. K9 specific equipment will be communicated as needed. The objective is to ensure the safety of Federal Wildlife Officers (FWOs) by providing vehicles that meet or exceed public safety levels. The FWS retains the right to conduct onsite inspections of upfitted vehicles prior to delivery. Offerors must be authorized manufacturers' distributors and warranty centers for the specified equipment and provide substantiating letters with their proposal. The contractor will be responsible for shipping outfitted vehicles to division/district offices in all 50 states, Guam, and Puerto Rico, and will provide an electronic vehicle shipment status notification system. A minimum twelve (12) month warranty on all work is required, with major components and subassemblies warrantied through their respective manufacturers. The contractor must assume financial responsibility for repairs due to defects in installation workmanship. Service locations must be within **** miles of any major city in the continental U. S. for timely service. Outfitting locations must be secured with fencing and video surveillance. The awarded vendor will be subject to BPA work oversight. Vehicles requiring upfitting include specific Ford F-150, Ford F-250, Ford Explorer, Ford Expedition, and Chevy Tahoe models. The vendor will receive, properly install government-identified law enforcement equipment, and deliver government-owned vehicles within 60 days of the vehicle's arrival at the vendor's facility. All installations must comply with equipment manufacturers' instructions and OEM safety standards. Wiring must be loomed, concealed, and protected. The vendor will provide a full vehicle wiring diagram, equipment placement schematic, and an itemized emergency equipment product list with cost breakdown. A PDF instruction file for end-users on the proper use of emergency equipment will also be required. Vehicles will be classified as Class A (marked patrol) or Class B (unmarked patrol), and may be caged or uncaged. Discrepancies will be corrected or repaired. The vendor shall adhere to NWRSLE vehicle upfitting standards for equipment, including electrical systems, exterior equipment (antennae, graphics, window tinting, exterior lights), and interior equipment (console, blackout function switch, siren controller, gun rack, overhead light, radio wiring, rechargeable flashlights). Optional equipment may be added based on regional representative orders. No NWRSLE vehicle will be stored or left outside of a secure area overnight or longer while being upfitted. The vendor is responsible for repair of any damage incurred during shipping and build phases. The awarded vendor will provide a 12-month warranty on installation and onsite technician support or coordination with local shops for repairs. Manufacturers' guarantees and warranties obtained by the contractor for any materials, products, services, or equipment procured for this project shall be for the use and benefit of the government. A copy of the manufacturer's standard warranty shall be enclosed with shipping documents for each warranted item. The Contracting Officer's Technical Representative (COTR) is Chris Kelly.
The vendor will complete the upfit and deliver the patrol-ready vehicle within 60 days from the date the vehicle arrives at the vendor's upfitting facility.
The contractor will provide a minimum twelve (12) month warranty on all work. Major components and subassemblies shall be warrantied through their respective manufacturers. In the event a defect in installation workmanship is discovered following delivery of a vehicle at its final destination, the contractor shall itself, or subcontract with a company in that geographic area, to make repairs and shall assume financial responsibility for all costs related to the repair.
Offeror must be an authorized manufacturers distributor and authorized warranty center for the specified blanket purchase agreement (BPA) equipment and shall provide letters with their proposal to substantiate such status.