Active SLED Opportunity · KENTUCKY · BOONE COUNTY
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.
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.
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.
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:
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.
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.
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)
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)
| QTY | Part # | Description |
|---|---|---|
| 1 | EB8SP3J | WCX 48” DUE LEGACY RWBW WITH REAR TA |
| 1 | MKAJ105 | STRAP KIT |
| 1 | C399 | CENCOM CORE |
| 1 | CCTL6 | WCX KNOB SLIDE CONTROL HEAD |
| 1 | C399SP | SCANPORT OBD-2 |
| 1 | SA315U | 100W SPEAKER BLACK |
| 2 | SAK1 | UNIVERSAL SPEAKER BRACKET |
| 1 | CLBV2V | LTBAR MOUNTED VEHICLE TO VEHICLE SYNC |
| 2 | CEM24 | WCX 24 OUTPUT EXPANSION MODULE |
| 2 | X13JC | ION TRIO R/B WITH WHITE OVERRIDE |
| 16 | TSS0JCX | T-SERIES TRIO R/B/W |
| 2 | PSJC3FCR | MEGA T SERIES TRIO R/B/W |
| 2 | PSBKT90 | STRIP LITE + 90 DEG BRACKET |
| 6 | TIONWEDG | T SERIES WEDGE MT KIT |
| 1 | CHOWLER | WCX HOWLER INCLUDES SPEAKERS AND BRACKETS |
| 1 | MPSW9-FPIU25MIR | FEDERAL SIGNAL MIRROR LIGHT BRACKET |
3. PUSH BUMPER (PER CRUISER)
| QTY | Part # | Description |
|---|---|---|
| 1 | Go Rhino 2 Push Bumper Light Ready |
4. PRO GARD PARTITION & GUN LOCK (PER CRUISER)
| QTY | Part # | Description |
|---|---|---|
| 1 | S4705UINT20OSB-R | Charcoal Grey ABS, Transport Seat w/ Steel Screen Window Cargo Barrier and Retractable Outboard Seat Belts |
| 1 | PRPSP4714UINT20A | Ploy Center Slider Window with Expanded Metal Insert |
| 1 | GVPM-D | Dual Weapon, Partition Mount (in partition’s recessed panel) |
5. HAVIS CENTER CONSOLE (PER CRUISER)
| QTY | Part # | Description |
|---|---|---|
| 1 | C-VS-1012-INUT-S | Vehicle Specific 22” Angled Console For 2020+ Ford PIU |
| 1 | C-EB40-WCS-1P | 4” 1 Piece Equipment Mounting Bracket |
| 1 | C-AP-0325-1 | 3” Accessory Pocket, 2.5” Deep |
| 1 | C-ARPB-1014 | Brother Pocketjet Roll-Feed Printer Mount and Armrest- Top Mount |
| 1 | CUP2-1001 | Self-Adjusting Double Cup Holder |
| 1 | C-FP-3 | 3” Filler Plate |
| 1 | C-FP-2 | 2” Filler Plate |
| 1 | C-EB30-APS-1P | 1 Piece Equipment Bracket, 3” MT Space, Motorola APX Series |
| 1 | C-MD-112 | 11” Slide Out Swing Arm With Motion Adapter |
6. PANORAMA WIRELESS 5G ANTENNA (PER CRUISER)
| QTY | Part # | Description |
|---|---|---|
| 1 | Panorama GP-IN2148 | Cable/Kit |
| 1 | Panorama AFM-835 | Molded Antenna |
| 1 | Panorama C23F-5M | Cable |
7. MISCELLANEOUS ITEMS (PER CRUISER)
| QTY | Part # | Description |
|---|---|---|
| 1 | IPM-111 | Magnetic Mic |
| 1 | Charge Guard |
| 1 | 60CREGCS | 6” 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)
| QTY | Part # | Description |
|---|---|---|
| 1 | BSFW50ZT | WCX FST TRIO INNER EDGE 10 LAMP R/B/W |
| 1 | C399 | CENCOM CORE |
| 1 | CCTL6 | WCX KNOB/SLIDE CONTROL HEAD |
| 1 | C399SP | WCX SCANPRT |
| 1 | SA315U | 100W SPEAKER BLACK |
| 1 | SAK66D | DRIVER SPEAKER BRACKET |
| 1 | SAK66P | PASSENGER SPEAKER BRACKET |
| 1 | CV2V | WCX VEHICLE TO VEHICLE SYNC MODULE |
| 1 | CHOWLER | WCX LOW FREQUENCY SIREN SYSTEM |
| 1 | HWLRB29 | PAIR HOWLER MOUNTING BRACKET |
| 3 | CEM24 | WCX 24 OUTPUT EXPANSION MODULE |
| 18 | TSS0JCX | T-SERIES SURFANCE TRIO R/B/W SMOKED LENS |
| 2 | PSJC3FCR | MEGA T SERIES TRIO R/B/W |
| 2 | PSBKT90 | STRIP LITE+ 90 DEG MT |
| 6 | TIONWEDG | T SERIES MOUNTING WEDGES |
| 6 | TSS0JAX | T SERIES TRIO R/B/A SMOKED LENS |
| 2 | X13JC | TRIO ION R/B WHITE OVERRIDE SMOKED LENS |
| 2 | TMS0JCX | MINI T SERIES SURFACE R/B/W SMOKED LENS |
| 1 | MPSW9-FPIU25MIR | FEDERAL SIGNAL MIRROR LIGHT BRACKET |
| 1 | MPSM6-FPIU20RS2 | FEDERAL SIGNAL SPOILER BRACKET (DRIVER AND PASSENGER SIDE) |
3. PRO GARD PARTITION & GUN LOCK (PER CRUISER)
| QTY | Part # | Description |
|---|---|---|
| 1 | S4705UINT20OSB-R | Charcoal Grey ABS, Transport Seat w/ Steel Screen Window Cargo Barrier and Retractable Outboard Seat Belts |
| 1 | PRPSP4714UINT20A | Ploy Center Slider Window with Expanded Metal Insert |
| 1 | GVPM-D | Dual Weapon, Partition Mount (in partition’s recessed panel) |
4. HAVIS CENTER CONSOLE (PER CRUISER)
| QTY | Part # | Description |
|---|---|---|
| 1 | C-VS-1012-INUT-S | Vehicle Specific 22” Angled Console For 2020+ Ford PIU |
| 1 | C-EB40-WCS-1P | 4” 1 Piece Equipment Mounting Bracket |
| 1 | C-AP-0325-1 | 3” Accessory Pocket, 2.5” Deep |
| 1 | C-ARPB-1014 | Brother Pocketjet Roll-Feed Printer Mount and Armrest- Top Mount |
| 1 | CUP2-1001 | Self-Adjusting Double Cup Holder |
| 1 | C-FP-3 | 3” Filler Plate |
| 1 | C-FP-2 | 2” Filler Plate |
| 1 | C-EB30-APS-1P | 1 Piece Equipment Bracket, 3” MT Space, Motorola APX Series |
| 1 | C-MD-112 | 11” Slide Out Swing Arm With Motion Adapter |
5. PANORAMA WIRELESS 5G ANTENNA (PER CRUISER)
| QTY | Part # | Description |
|---|---|---|
| 1 | Panorama GP-IN2148 | Cable/Kit |
| 1 | Panorama AFM-835 | Molded Antenna |
| 1 | Panorama C23F-5M | Cable |
6. MISCELLANEOUS ITEMS (PER CRUISER)
| QTY | Part # | Description |
|---|---|---|
| 1 | IPM-111 | Magnetic Mic |
| 1 | Charge Guard | |
| 1 | 60CREGCS | 6” Round Split Red/White Interior Lighthead |
Part 4: K9 Unit Equipment
Part 5: Command Box Equipment
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:
Administrative Explorer (Civilian Unit):
The bidder shall also provide and install the following equipment for one (1) Administrative Explorer:
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: 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.
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.
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.
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.
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.
There will be no meeting for this project.
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.
Clearly state any deviations or exceptions to the specifications, terms, or requirements of this solicitation. If none, state “None.
Please upload a complete set of specifications, drawings, and information for all hardware and materials used to establish the proposed pricing.
Please list three references with contact information and any conflicts of interest related to this project.
Please submit a company profile and include EVT certificates for all personnel who will be working on vehicle equipment installation.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Enter the full name and title of the representative who is authorized to certify, sign and submit this bid.
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.
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.
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.