Ford F150 Patrol Vehicle Upfit 2025 (Purchase and Installation) for the Black Canyon of the Gunnison National Park
Combined Synopsis Solicitation 140P6025Q0060
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued.
(ii) Solicitation number 140P6025Q0060 is issued as a Request for Quote (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05. The FAC is available at https://www.acquisition.gov/FAR.
(iv) This requirement is set aside for Total Small Businesses in accordance with FAR 52.219-6 Notice of Total Small Business Set-Aside, under NAICS Code 336390 - Other Motor Vehicle Parts Manufacturing with a small business size standard of 1,000 employees.
(v) Line items:
00010 BLCA Ford F150 Patrol Vehicle Upfit 2025 in accordance with the Scope of Work and all addenda, quantity of one (1), unit of issue job (jb)
(vi) This solicitation is for the purchase and installation of equipment/accessories in one Ford F150 Patrol Vehicle for the Black Canyon of the Gunnison National Park.
(vii) Date(s) and place(s) of delivery and acceptance and FOB point:
Period of Performance: The delivery date for the completed purchase and installation is within 45 days after the contract award. The contract is anticipated to be awarded in the 3rd or 4th week of September 2025.
Delivery and Acceptance Location: The contractor's location of choice as long as the location and vehicle can be secured while the work is being accomplished and within 300 miles of Montrose, CO.
FOB: Origin
(viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (See ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES in the Standard Form 18 document)
Any questions pertaining to this solicitation must be sent via email to james_bissaillon@nps.gov on or before September 9, 2025, at 12:00 pm CDT. All questions will be answered in an Amendment to this solicitation and posted on or about September 10, 2025.
(ix) The provision 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition.
The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
Quotes will receive a preliminary review to determine whether the quote contains sufficient information, as required by the solicitation, to allow the government to perform a meaningful evaluation. If the results of this preliminary review indicate that the quote lacks sufficient information to allow a meaningful evaluation to be conducted, the Contract Specialist/Contracting Officer may eliminate the quote from further evaluation and consideration for an award.
If an award is determined to be in the best interest of the government, it will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm-fixed price award will be made to the responsive and responsible offeror submitting the quote that provides the best value to the Government. In determining best value, the following factors will be considered: (1) Technical (2) Past Performance and (3) Price.
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offeror's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) (DEVIATION Feb 2025), with its offer.
(xi) The clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.
FAR 52.212-4, Paragraph (c) is hereby tailored as follows: FAR 52.212-4 (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties except for administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government.
(xii) The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025) (DEVIATION Feb 2025), applies to this acquisition including paragraph (a) and the following clauses in paragraph (b): 52.203-17, 52.204-10, 52.204-27, 52.204-28, 52.204-30, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.225-1, 52.225-3, 52.225-13, 52.226-8, 52.232-34, 52.240-1, 52.222-41, 52.222-42, 52.222-55, 52.222-62. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
(xiii) Offerors shall comply with the included terms and conditions applicable to acquisitions of commercial items and all addenda/attachments.
Offerors are to refer to the complete solicitation package for full terms and conditions. The complete solicitation package includes this posting, all attachments, and any amendments which may be posted during the solicitation.
The full text of the referenced FAR clauses (and provisions) may be accessed electronically at https://www.acquisition.gov/far/.
Attachments included:
1. Scope of Work
2. Technical Questionnaire
3. Brand Name Justification
4. Standard Form 18
(xiv) N/A
(xv) All offers must be submitted by the due date to be considered. Quotes are due on or before September 16, 2025, at 12:00 pm CDT.
Quotes shall be submitted electronically via email to: james_bissaillon@nps.gov
(xvi) Contract Administration Data
James Bissaillon
Contract Specialist
Department of the Interior, National Park Service
ConOps Central, Nebraska Major Acquisition Buying Office
Email: james_bissaillon@nps.gov
Phone: (402) 800-8292