Acquisition Planning Forecast System

Forecast Record Number: 

F2025069636 Print

U.S. Department of Homeland Security
Component: USSS Published Date: April 17, 2025, 12:42 p.m. Previously Published On:
NAICS: 811198 - All Other Automotive Repair and Maintenance Competition: YES
Small Business Set-Aside: Full Small Business Program: SB
Contract Vehicle: Indefinite Delivery Contract Contract Type: Firm Fixed Price
Contract Status: New Requirement Anticipated Award Quarter: Q4 FY2025
Estimated Solicitation Release: 2025-06-01 Contract Complete: 2030-07-31
Requirements Title: U.S. Secret Service Special Operations Division-wide Vehicle Outfitting
Description: The United States Secret Service (USSS) Special Operations Division (SOD) has a continuous requirement for installation and removal of emergency equipment such as lights, sirens radios, mounts for mobile laptops, consoles, weapon vaults, and K9 Kennels in USSS owned or leased vehicles operated within the Washington, D.C., area. In an effort to update emergency equipment applied to SOD vehicles, the USSS requires a five year period Indefinite Delivery/Indefinite Quantity (IDIQ) with contractors who are certified to remove, install, and program emergency equipment. SOD personnel are responsible for procuring vehicles for operational use. New vehicles are brought in annually to replace existing vehicles that have aged out. The types of vehicles that have needed to be outfitted in the past include Chevrolet Suburbans and Tahoes, Dodge Durangos, Ford Explorers and Expeditions, and Nissan Titans. Objectives: a) Establish multiple single-award, firm fixed-price IDIQs for Installation and Removal of emergency equipment with 3-5 contractors located within a 50-mile radius of Washington, DC, area. b) Identify those contractors within a 50-mile radius that are familiar with the equipment being provided or purchased by USSS SOD that can install or remove the equipment according to equipment manufacturer instructions provided with kits. Any deviation from manufacturer instructions such as location where equipment will be installed will be discussed at time of delivery and clearly documented on Installation preferences sheet and signed off by both USSS Point of Contact (POC) and Contractor POC. c) Identify those contractors who are certified to install, program, and remove Sound Off Signal, Code 3 and Whelen products. d) Provide the services requested within the timelines requested unless otherwise specified at time of delivery. e) Provide documentation requested for all task orders such as Install preference sheets, pre/post install check sheets copy of which will be provided by USSS POC and reproduced locally by contractor for internal use, task orders and invoicing.
Estimated Dollar Range: $2,000,000.00 to $5,000,000.00 Place of Performance: Washington, D.C., DC
POC Name: Katheryn Dennis Alternate POC Name: Jade Gaston
POC Phone: (202) 480-4325 Alternate POC Phone: (202) 503-6876
POC Email: [email protected] Alternate POC Email: [email protected]
Small Business Specialist/APFS Coordinator POC Name:
Small Business Specialist/APFS Coordinator POC Phone: Small Business Specialist/APFS Coordinator POC Email: