Closed Solicitation · DEPARTMENT OF HEALTH AND HUMAN SERVICES
AI Summary
The Food and Drug Administration (FDA) is seeking contractors for the installation and removal of emergency equipment in government-owned vehicles for its Office of Criminal Investigations. This contract includes project management, oversight, and quality control, requiring contractors to provide all necessary personnel and materials. Bidders must ensure compliance with performance standards and submit monthly status reports detailing work performed. The deadline for proposals is August 8, 2025.
The Food & Drug Administration (FDA), Office of Criminal Investigations (OCI) is responsible forconducting and coordinating agency criminal investigations relating to violations of the Federal Food, Drug, and Cosmetic Act, Federal Anti-Tampering Act, Title 18 offenses and other areas over which FDA has jurisdiction. The special agents of the OCI are charged with investigating alleged criminal violations within FDA’s jurisdiction. These violations include counterfeit, unapproved and illegal drugs or medical devices; product substitution; health fraud and health care fraud and application fraud among other violations.
As law enforcement officers (LEO), OCI special agents are provided with Government-owned vehicles (GOVs) that are required to be outfitted with communication accessories (i.e. radios), emergency equipment (i.e.lights and sirens), truck bed covers, and tinted windows in order for special agents to carry out OCI investigations.
The scope of this contract shall include the installation and removal of radios, emergency equipment, truck bed covers and window tinting in GOVs for federal law enforcement officers at FDA OCI. The Contractor shall manage the installation and removal of vehicle radios, emergency equipment, truck bed covers, and window tint for OCI’s GOVs.
The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, non-personal services, and other items necessary to perform the services as defined in each task of this Performance Work Statement.
Task 1 – Project Management
The Project Management task is required for oversight of the contract activities and all tasks of this contract. This task includes participating in a kickoff meeting as well as providing monthly status reports and monitoring quality of contract services.
The Contractor shall schedule a kickoff meeting with OCI personnel within 14 days of contract award. The purpose of the meeting shall be to introduce the Contractor Key Personnel and the OCI stakeholders and to identify the overall project layout and expectations. The Contractor shall provide the kickoff meeting presentation within 3 days off the meeting.
The Contractor shall provide monthly status reports to OCI along with the monthly invoices submitted for payment. The monthly status reports shall include a summary of work performed during the month, any problems incurred, and any updates on any outstanding issues. The Contractor shall provide tracking and reporting of each service request submitted. Reports shall be due no later than 10 days after the end of the month for the previous month’s services.
The contract is for performance-based commercial services. The Contractor shall develop and maintain a standardized quality control system to ensure services are performed in accordance with commonly accepted commercial practices and existing quality control systems throughout the life of the contract.
The quality control system shall include photos of all installations and a checklist verifying the functionality of the equipment and checking for parasitic draw on the battery prior to the vehicle being released to the agent. The results from the quality control queries shall be maintained by the contractor. Photos of completed work shall be taken by the local vendor. The agent will verify the emergency equipment, communication equipment, truck bed cover and/or window tint are functioning properly after completion of the installation by the local vendor.
The FDA OCI shall provide the following information to the Contractor for service:
The Contractor shall report, as requested, the statuses of any in progress and completed service requests.
Task 2 – Emergency Equipment Installation Services
The Contractor shall coordinate with local, pre-identified, vendors in the general geographical area of the GOV (see Place of Performance section) to provide the installation of emergency equipment. The Contractor shall facilitate the appointment time between the regional agent and the local vendor. Upon completion of the services, the contractor shall receive confirmation from the regional agent that the services were satisfactorily completed.
The Contractor shall:
Installation services requirements:
Task 3 – Emergency Equipment Removal Services
The Contractor shall coordinate with local, pre-identified, vendors in the general geographical area of the OCI regional agent (see Place of Performance section) to provide the removal of the radio and/or emergency equipment to the GOV. The Contractor shall facilitate the appointment time between the regional agent and the local vendor. Upon completion of the services, the contractor will receive confirmation from the regional agent that the services were satisfactorily completed. The Contractor shall:
Removal services requirements:
Task 4 – Window Tinting Application Services
The Contractor shall coordinate with local, pre-identified, vendors in the general geographical area of the OCI regional agent (see Place of Performance section) to apply window tinting to the GOV. The Contractor shall facilitate the appointment time between the regional agent and the local vendor. Upon completion of the services, the contractor will receive confirmation from the regional agent that the services were satisfactorily completed.
The Contractor shall:
Task 5 – Window Tinting Removal Services
The Contractor shall coordinate with local, pre-identified, vendors in the general geographical area of the OCI regional agent (see Place of Performance section) to provide removal of window tinting to the GOV. The Contractor shall facilitate the appointment time between the regional agent and the local vendor. Upon completion of the services, the contractor will receive confirmation from the regional agent that the services were satisfactorily completed.
The Contractor shall:
Other Direct Costs - Equipment
Allowable other direct costs in support of the contract may include the emergency equipment (LED lights and siren equipment) and window tint film required to perform the services on the GOVs. Any equipment purchased via ODCs for installation shall be the property of the Government.
Any Other Direct Costs (ODCs) shall be submitted through an invoice. All ODCs, other than those ODC acquired under the firm fixed price line items, must be pre-approved by the Contracting Officer Representative (COR). To be eligible to receive reimbursement for ODCs, the Contractor must obtain at least three (3) quotes for each transaction to ensure that adequate price competition was sought, or the Contractor must provide an acceptable justification as to why it was impracticable to do so. The Contractor shall maintain documentation of all reimbursable purchases until three (3) years after the contract is completed and shall provide access to and copies of such documentation, when requested by the Contracting Officer.
INSTALLATION AND REMOVAL OF EMERGENCY EQUIPMENT (VEHICLES) is a federal acquisition solicitation issued by DEPARTMENT OF HEALTH AND HUMAN SERVICES. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.