Active SLED Opportunity · KENTUCKY · BOONE COUNTY

    Sheriff Emergency Equipment Supplier

    Issued by Boone County
    countyInvitation To BidBoone CountySol. 254238
    Open · 11d remaining
    DAYS TO CLOSE
    11
    due May 4, 2026
    PUBLISHED
    Apr 13, 2026
    Posting date
    JURISDICTION
    Boone County
    county
    NAICS CODE
    336390
    AI-classified industry

    AI Summary

    Boone County seeks a qualified firm to supply, install, and integrate emergency equipment and vehicle decals for Sheriff Department pursuit cruisers. The contract covers upfitting up to 40 vehicles with specialized equipment, wiring, and warranty services from July 2026 to June 2027. Electronic bids due by May 4, 2026.

    Opportunity details

    Solicitation No.
    254238
    Type / RFx
    Invitation To Bid
    Status
    open
    Level
    county
    Published Date
    April 13, 2026
    Due Date
    May 4, 2026
    NAICS Code
    336390AI guide
    Jurisdiction
    Boone County
    Agency
    Boone County

    Description

    The County seeks the services of a qualified firm to purchase, install, and integrate emergency equipment, and to furnish and apply vehicle decals, for the Sheriff Department’s pursuit cruisers.

    Project Details

    • Reference ID: BCFY26-67
    • Department: Sheriff's Department
    • Department Head: Chris Hall (Patrol Division Commander)

    Important Dates

    • Questions Due: 2026-04-29T21:00:52.848Z
    • Answers Posted By: 2026-05-01T21:00:05.370Z

    Addenda

    • Addendum #1 (released 2026-04-14T18:28:13.253Z) —

      This addendum is issued to provide additional information in response to vendor questions. Attached are photographs of the vehicles and current striping/decal configurations for reference.

      Vehicle information is as follows: 2026 Ford Explorer Police Interceptor SUV.

      All bidders are advised to review the attached materials as part of their bid preparation.

    Evaluation Criteria

    • INSURANCE REQUIREMENTS

      The bidder will be required to provide verification of insurance coverage in accordance with the parameters that follow. The successful bidder will have fifteen (15) calendar days to comply with this requirement, excluding County holidays and non-workdays, if applicable.

      The bidder must maintain the insurance coverage required by the County while this contract is in force, including automatic renewal terms, and shall provide documentation of such insurance in a form satisfactory to the County.

      In the event that the bidder changes their insurance carrier, new verification of insurance coverage must be provided to the County by the new insurance carrier within ten (10) days of the change of policy.

      The bidder shall purchase and maintain in force, at their own expense, such insurance as will protect them and the County from claims, which may arise out of or result from the bidder's execution of the work, whether such execution be by the bidder, bidder's employees, agents, sub-Contractors, or by anyone for whose acts any of them may be liable. The insurance coverage shall be such as to fully protect the Owner, the Engineer (if applicable) and the public from all claims for injury and damage resulting by any actions on the part of the bidder or bidder's forces as enumerated above. The bidder shall furnish a copy of an original Certificate of Insurance, naming Boone County as an additional insured. Certificate of Insurance must have an original signature. Should any of the policies be canceled before the expiration date, the issuing company will mail 30 days written notice to the certificate holder. The bidder shall furnish insurance in satisfactory limits, and on forms and of companies which are acceptable to the Owner's Attorney and/or Assistant County Administrator and shall require and show evidence of insurance coverages on behalf of any sub-Contractors (if applicable), before entering into any agreement to sublet any part of the work to be done under this Contract.

      The following insurance requirements are the Minimum Limits of Liability, Terms, and Coverage that will be acceptable:

      1. Commercial General Liability
        • $1,000,000 bodily injury and property damage each occurrence, including advertising and personal injury, products and completed operations
        • $2,000,000 products/completed operations, independent bidder's liability, contractual liability, and coverage for property damage from perils of explosion, collapse, or damage to underground utilities, commonly known as XCU
        • $2,000,000 general annual aggregate
      2. Auto Liability Insurance
        • $1,000,000 each person, bodily injury, and property damage, including owned, non‐owned and hired auto liability
      3. Workers’ Compensation
        • Statutory limits
      4. Employer’s Liability
        • $1,000,000 bodily injury by accident, each accident
        • $1,000,000 bodily injury by disease, each employee
        • $1,000,000 bodily injury by disease, policy aggregate
      5. Umbrella/Excess Liability
        • $2,000,000 each occurrence and annual aggregate
        • Underlying coverage shall include General Liability, Auto Liability, and Employer's Liability
        • $1,000,000 annual aggregate covering damages or liability arising or resulting from bidder's services rendered, or which should have been rendered, pursuant to the Contract
      6. Property
        • The bidder shall purchase and maintain property insurance covering machinery, equipment, mobile equipment, and tools used or owned by the bidder in the performance of services under the Contract. Boone County Fiscal Court shall in no circumstance be responsible or liable for the loss or damage to, or disappearance of, any machinery, equipment, mobile equipment, and tools used or owned by the bidder in the performance of services under the Contract.

      The bidder and their insurance company should carefully review the insurance requirements applicable to this agreement. All requirements herein must be met before the County will execute the contract.

    • Bid Submittal Instructions

      The Boone County Fiscal Court will receive sealed bids electronically via the County's electronic bidding system only until 2:00 pm (local time), Monday, May 4, 2026 from qualified vendors to perform the services associated with Sheriff Emergency Equipment Supplier. Bids must be submitted electronically. Late, hand delivered (paper), emailed or facsimile bids will not be accepted. Bids will be opened online at the time listed above.

    • SPECIFICATIONS

      A. The bidder must install the following equipment, to be provided or purchased by Boone County Sheriff’s Department, on each pursuit vehicle: (Equipment may be new or reconditioned)

      • Havis MDT Docking Station
      • Cradle Point
      • Brother Pocketjet Printer
      • Motorola Mobile Radio
      • Mobile Radio External Speaker
      • Motorola Dash Camera and Cable System
      • Kustom Golden Eagle Radar
      • Flashlight Charger

      The bidder must provide and install the following equipment on each pursuit vehicle:

      Part 1: Cruiser Decaling

      Seventeen (17) of the cruisers shall be fully decaled using the current and existing decal package utilized in prior years. This includes full markings on both sides of the cruiser, front and rear, two (2) Accreditation decals, two (2) American Flag decals, and two (2) K9 decals per designated K9 unit.


      Part 2: Marked Patrol Unit Equipment List

      1. Seventeen (17) of the cruisers are being dedicated as marked cruisers

      2. LIGHTING PACKAGE (PER CRUISER)

      QTYPart #Description
      1EB8SP3JWCX 48” DUE LEGACY RWBW WITH REAR TA
      1MKAJ105STRAP KIT
      1C399CENCOM CORE
      1CCTL6WCX KNOB SLIDE CONTROL HEAD
      1C399SPSCANPORT OBD-2
      1SA315U100W SPEAKER BLACK
      2SAK1UNIVERSAL SPEAKER BRACKET
      1CLBV2VLTBAR MOUNTED VEHICLE TO VEHICLE SYNC
      2CEM24WCX 24 OUTPUT EXPANSION MODULE
      2X13JCION TRIO R/B WITH WHITE OVERRIDE
      16TSS0JCXT-SERIES TRIO R/B/W
      2PSJC3FCRMEGA T SERIES TRIO R/B/W
      2PSBKT90STRIP LITE + 90 DEG BRACKET
      6TIONWEDGT SERIES WEDGE MT KIT
      1CHOWLERWCX HOWLER INCLUDES SPEAKERS AND BRACKETS
      1MPSW9-FPIU25MIRFEDERAL SIGNAL MIRROR LIGHT BRACKET

       

      3. PUSH BUMPER (PER CRUISER)

      QTYPart #Description
      1 

      Go Rhino 2 Push Bumper Light Ready

       

      4. PRO GARD PARTITION & GUN LOCK (PER CRUISER)

      QTYPart #Description
      1S4705UINT20OSB-RCharcoal Grey ABS, Transport Seat w/ Steel Screen Window Cargo Barrier and Retractable Outboard Seat Belts
      1PRPSP4714UINT20APloy Center Slider Window with Expanded Metal Insert
      1GVPM-DDual Weapon, Partition Mount (in partition’s recessed panel)

       

      5. HAVIS CENTER CONSOLE (PER CRUISER)

      QTYPart #Description
      1C-VS-1012-INUT-SVehicle Specific 22” Angled Console For 2020+ Ford PIU
      1C-EB40-WCS-1P4” 1 Piece Equipment Mounting Bracket
      1C-AP-0325-13” Accessory Pocket, 2.5” Deep
      1C-ARPB-1014Brother Pocketjet Roll-Feed Printer Mount and Armrest- Top Mount
      1CUP2-1001Self-Adjusting Double Cup Holder
      1C-FP-33” Filler Plate
      1C-FP-22” Filler Plate
      1C-EB30-APS-1P1 Piece Equipment Bracket, 3” MT Space, Motorola APX Series
      1C-MD-11211” Slide Out Swing Arm With Motion Adapter

       

      6. PANORAMA WIRELESS 5G ANTENNA (PER CRUISER)

      QTYPart #Description
      1Panorama GP-IN2148Cable/Kit
      1Panorama AFM-835Molded Antenna
      1Panorama C23F-5MCable

       

      7. MISCELLANEOUS ITEMS (PER CRUISER)

      QTYPart #Description
      1IPM-111Magnetic Mic
      1 Charge Guard
      160CREGCS6” Round Split Red/White Interior Lighthead

      Part 3: Unmarked Patrol Unit Equipment List

      1. Three (3) of the cruisers are being dedicated as unmarked cruisers

      2. LIGHTING PACKAGE (PER CRUISER)

      QTYPart #Description
      1BSFW50ZTWCX FST TRIO INNER EDGE 10 LAMP R/B/W
      1C399CENCOM CORE
      1CCTL6WCX KNOB/SLIDE CONTROL HEAD
      1C399SPWCX SCANPRT
      1SA315U100W SPEAKER BLACK
      1SAK66DDRIVER SPEAKER BRACKET
      1SAK66PPASSENGER SPEAKER BRACKET
      1CV2VWCX VEHICLE TO VEHICLE SYNC MODULE
      1CHOWLERWCX LOW FREQUENCY SIREN SYSTEM
      1HWLRB29PAIR HOWLER MOUNTING BRACKET
      3CEM24WCX 24 OUTPUT EXPANSION MODULE
      18TSS0JCXT-SERIES SURFANCE TRIO R/B/W SMOKED LENS
      2PSJC3FCRMEGA T SERIES TRIO R/B/W
      2PSBKT90STRIP LITE+ 90 DEG MT
      6TIONWEDGT SERIES MOUNTING WEDGES
      6TSS0JAXT SERIES TRIO R/B/A SMOKED LENS
      2X13JCTRIO ION R/B WHITE OVERRIDE SMOKED LENS
      2TMS0JCXMINI T SERIES SURFACE R/B/W SMOKED LENS
      1MPSW9-FPIU25MIRFEDERAL SIGNAL MIRROR LIGHT BRACKET
      1MPSM6-FPIU20RS2FEDERAL SIGNAL SPOILER BRACKET (DRIVER AND PASSENGER SIDE)

       

      3. PRO GARD PARTITION & GUN LOCK (PER CRUISER)

      QTYPart #Description
      1S4705UINT20OSB-RCharcoal Grey ABS, Transport Seat w/ Steel Screen Window Cargo Barrier and Retractable Outboard Seat Belts
      1PRPSP4714UINT20APloy Center Slider Window with Expanded Metal Insert
      1GVPM-DDual Weapon, Partition Mount (in partition’s recessed panel)

       

      4. HAVIS CENTER CONSOLE (PER CRUISER)

      QTYPart #Description
      1C-VS-1012-INUT-SVehicle Specific 22” Angled Console For 2020+ Ford PIU
      1C-EB40-WCS-1P4” 1 Piece Equipment Mounting Bracket
      1C-AP-0325-13” Accessory Pocket, 2.5” Deep
      1C-ARPB-1014Brother Pocketjet Roll-Feed Printer Mount and Armrest- Top Mount
      1CUP2-1001Self-Adjusting Double Cup Holder
      1C-FP-33” Filler Plate
      1C-FP-22” Filler Plate
      1C-EB30-APS-1P1 Piece Equipment Bracket, 3” MT Space, Motorola APX Series
      1C-MD-11211” Slide Out Swing Arm With Motion Adapter

       

      5. PANORAMA WIRELESS 5G ANTENNA (PER CRUISER)

      QTYPart #Description
      1Panorama GP-IN2148Cable/Kit
      1Panorama AFM-835Molded Antenna
      1Panorama C23F-5MCable

       

      6. MISCELLANEOUS ITEMS (PER CRUISER)

      QTYPart #Description
      1IPM-111Magnetic Mic
      1 Charge Guard
      160CREGCS6” Round Split Red/White Interior Lighthead

       

      Part 4: K9 Unit Equipment

      1. Two (2) of the marked cruisers will be assigned as K9 cruisers
      2. One (1) cruiser will need the following:
        a. American Aluminum K9 insert (full cage)
        b. Ace K9 Hot and Pop Pro
        c. 10” Fan kit
        d. Heavy duty fan guard
      3. One (1) cruiser will need the following:
        a. American Aluminum K9 insert (split cage)
        b. Ace K9 Heat alarm pro
        c. 10” Fan kit
        d. Heavy duty fan guard

      Part 5: Command Box Equipment

      1. Two (2) of the unmarked cruisers will need installation of command box units (storage and incident command units) previously purchased from another vendor in the rear cargo area of the cruiser.

      Part 6: Installation of Provided Equipment in Administrative Explorer (Civilian Edition)

      The bidder shall provide and install the following additional equipment as specified:

      Equipment List:

      • Federal Signal Pathfinder
      • Federal Signal Sync Module
      • Federal Signal Expansion Module
      • 100W Speaker with Bracket
      • 1 Rumbler
      • Front Federal Signal SpectraLux ILS bar R/B/W
      • Rear Federal Signal SpectraLux ILS bar R/B/A
      • 2 Federal Signal MicroPulse 600’s R/B/W
      • 4 Federal Signal MicroPulse 1200’s R/B/W
      • 4 Federal Signal L-Brackets for the MicroPulse 1200’s
      • Havis MDT Docking Station
      • Cradle Point
      • Motorola Radio
      • Flashlight Charger

      Administrative Explorer (Civilian Unit):
      The bidder shall also provide and install the following equipment for one (1) Administrative Explorer:

      • Havis Administrative Center Console
      • Charge Guard
      • Panorama Wireless 5G Antenna
      • Magnetic Mic

      Vehicle Wiring & Installation Requirements

      All cabling must match existing specifications of the Boone County Fiscal Court; Fleet Management. This includes:

      a. Vehicle Main Wiring

      The main wire harness will be constructed of UL rated GXL wiring only. All wires shall be of a gauge size to carry 125% of the current required without overheating. All control wires are to be color-coded and stamped with the function of the circuit for every two (2) inches for the continuous length of the line. Where practical, all wires shall be routed in high temperature looms with a rating of 300 degrees Fahrenheit. No additional penetration of firewall will be allowed. Ford provided upfitter wiring must be used. There will be properly sized insulated barrel crimp connectors at the console, rear electronic panel, and all Ford upfitter connectors. Non-insulated barrel crimps with heat shrink will be acceptable. Connections made by solder, scotch lock, or wire nuts will not be allowed. No exceptions.

      b. Alternator and Battery

      The Ford OEM alternator and battery will be electronically tested after the installation of the electronic equipment. It will be verified that both are in good working order and that the alternator is of appropriate size.

      c. Circuit Protection

      Circuit protection and relays shall be mounted securely to the inside of the equipment console. The console shall be large enough to house all circuit breakers, relays, control heads, and radio equipment. All fuses and relays are to be spade mounted snap-in type for easy removal. All fuse panels must have an LED light per circuit that illuminates when the circuit is open. The fuse panels in the console must be easily accessed without the use of tools. All main power connections unless specifically noted will only be made at the Ford upfitter provided power points. No exceptions.

      d. Circuit Grounding

      Grounding must be accomplished by use of a full ground wire harness. All ground wires shall be black in color and stamped every two (2) inches with the word “GROUND” or lettering “GRND”. Ground return connections shall be made to the chassis structure, protected from corrosion, and available for service. The main ground will be 4 (Ga) or two 8 (Ga) and bolted to the vehicle and coated with corrosion preventer.

      e. Installation and Protection

      Wires must be grouped or harnessed where practical. Apertures in metal through which cables pass shall be protected with nonmetallic bushings or grommets. All auxiliary circuits shall be wired separate and distinct from the vehicle chassis circuits, color coded and clearly labeled. All wire passing from the console head shall be encased in a heavy-duty loom. All wiring shall be clipped or otherwise attached at suitable intervals to prevent rubbing or chafing due to wire movement, vibration, etc. All main harness wiring must be stamped, color coded, and labeled to indicate wire function. No exceptions will be allowed.

    • BID BOND

      Bid Bond: A bidder’s bond or certified check in the amount of NO VALUE% of the amount bid shall accompany any bid in excess of $100,000.00 for the bid to be acceptable.

      Fully executed Bid Bonds should be scanned and submitted electronically in this portal with the #Required Submittals.

    • Pricing Proposal

      All pricing provided in this bid shall be inclusive of any and all shop supplies required to complete the work, including standard consumables, materials, and incidental items. Proposers are expected to account for these costs within their base bid, and no separate or additional charges for ship supplies will be accepted.

    • Pre-Bid Meeting

      A mandatory pre-bid meeting will take place at NO VALUE (local time) on NO VALUE at NO VALUE. Attendance is mandatory, and attendees shall arrive before/on time and attend the entire meeting to be qualified to bid. Late attendees will not be allowed to participate in the pre-bid meeting. Bids received from bidders who did not attend this meeting will not be accepted.

    • WARRANTY AND CONDITIONS

      A.    Bidder must provide a one (1) year warranty for installation work performed during the installation process.
      B.    Bidder must perform any warranty work on any installed equipment for the duration of the warranty of said equipment.
      C.    Bidder must have an EVT-L1 Certified Emergency Vehicle Technician who will be responsible for equipment instillation, and EVT certificates must be attached for all personnel who will be working on vehicle equipment and or installation. Bidder must be a Whelen dealer along with having the software and computer capable of flashing the Whelen Core system. Bidder must also have the ability to set up new builds within already existing Whelen Cloud Platform.
      D.    Bidder must have Motorola M500 Vehicle Installation certification for all parties that will be responsible for the installation of the camera system. Documentation must be attached for all personnel who will be working on camera system installation.
      E.    Bidder must meet with the Project Manager, or their designated representative, and will be required prior to the start of the vehicle builds to review and confirm the placement of all equipment and decaling. This meeting ensures alignment with project specifications and provides an opportunity to address any layout considerations before starting the upfitting process.
      F.    Bidder must pick up and deliver all pursuit vehicles to the Boone County Public Works Department (County garage), located at 5645 Idlewild Road, Burlington, KY 41005. Bidder must also pick up and deliver all vehicles for any repair work that is covered under warranty.
      G.    All vehicles will be inspected by our Fleet Supervisor, Steven Westermeyer. If the installation has any issues, the bidder will, at his own cost, fix the problem.

    • TERM OF CONTRACT
      1. Contract Period
        The Contract shall cover the period from July 1, 2026 through June 30, 2027. This Contract may be renewed at the expiration of the initial term at the request of the County. The renewal may be up to two (2) periods equal to the original contract period. Any renewal shall be based on the same prices, terms, and conditions as the initial term, unless otherwise agreed to in writing by both parties. Bidders shall provide any proposed percentage increase(s), if applicable, for renewal terms (Years 2 and 3) in their pricing proposal. Any such increases shall be fixed and shall not exceed the percentage(s) stated in the bid response. Notice of intent to renew will be given to the Vendor in writing by the County, normally ninety (90) days before the expiration date of the current Contract.  During the term of the initial contract, there may be as many as forty (40) pursuit vehicles that will need to have emergency equipment installed per the specifications.  
      2. Invoicing and Payment
        The Vendor shall supply the County with two (2) copies of an invoice. The invoice shall include the account number, purchase order number, vehicle unit number(s) and cost per vehicle and the delivery date of the said vehicle(s) to Public Works.
        Invoices shall be submitted to:
                                                        Boone County Sheriff’s Department
                                                        PO Box 198
                                                        Burlington, KY 41005
        All such invoices will be paid within thirty (30) days by the County unless any items thereon are
        questioned, in which event payment will be withheld pending verification that the questioned
        item(s) have been rectified. The Vendor shall provide complete cooperation during any such
        investigation.                                                            
    • Pre-Bid Meeting

      A non-mandatory pre-bid meeting will take place at NO VALUE (local time) on NO VALUE at NO VALUE. Attendance is encouraged, and the bidder is required to familiarize themselves with the project, see existing conditions and take note of any specific requirements for the specific project. No additional allowances will be made for lack of knowledge of these conditions by not attending this non-mandatory pre-bid meeting.

    • Pre-Bid Meeting

      There will be no meeting for this project.

    • Solicitation Documents

      Specifications may be downloaded electronically by visiting our electronic bidding website.

      Boone County reserves the right to reject any and all bids, to waive any informalities and to negotiate for the modifications of any bid or to accept that bid which is deemed the most desirable and advantageous from the standpoint of customer value and service and concept of operations, even though such bid may not, on its face, appear to be the lowest and best price. No bid may be withdrawn for a period of sixty (60) days after scheduled time of receipt of bids.

      The Boone County Fiscal Court is an Equal Opportunity Employer. WBE/MBE firms are encouraged to respond to this Invitation to Bid.

    Submission Requirements

    • Bid Sheet (required)
    • Bid Bond (required)

      #Specific Conditions

    • Deviations and Exceptions (required)

      Clearly state any deviations or exceptions to the specifications, terms, or requirements of this solicitation. If none, state “None.

    • Specifications for Hardware and Software (required)

      Please upload a complete set of specifications, drawings, and information for all hardware and materials used to establish the proposed pricing.

    • References (required)

      Please list three references with contact information and any conflicts of interest related to this project.

    • Firm Information

      Please submit a company profile and include EVT certificates for all personnel who will be working on vehicle equipment installation.

    • W9 Form (required)

      Please download the below documents, complete, and upload.

    • Certificate of Insurance (required)
    • KRS Resident Bidder Status (if applicable)

      Please download the below documents, complete, and upload.

    • KRS Qualified Bidder Status (if applicable)

      Please download the below documents, complete, and upload.

    • Name and Title of Authorized Representative (required)

      Enter the full name and title of the representative who is authorized to certify, sign and submit this bid.

    • Terms and Signature (required)

      In compliance with this Invitation to Bid and subject to all conditions thereof, the undersigned offers and agrees to furnish any or all items and/or services upon which prices are quoted, as specified within these specifications.

      My signature certifies that the accompanying bid is not the result of or affected by any act of collusion with another person or company engaged in the same line of business or commerce, or any act of fraud. I hereby certify that I am authorized to sign this bid for the bidder.

    • Is a Bid Bond required for this project? (required)
    • Pre-Proposal Meeting (required)

    Questions & Answers

    Q (Police car upfitting): What year, make and model are the vehicles? Do you have any pictures of the stripping/decals?

    A: 2026 Ford Explorer Police Interceptor SUV. Please refer to Addendum #1 for photographs of the current striping and decals.


    Key dates

    1. April 13, 2026Published
    2. May 4, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.