Interior Department awards $2.46M for fire command vehicle upfitting to SNF, Inc
Contract Overview
Contract Amount: $2,459,217 ($2.5M)
Contractor: SNF, Inc.
Awarding Agency: Department of the Interior
Start Date: 2025-03-19
End Date: 2026-04-01
Contract Duration: 378 days
Daily Burn Rate: $6.5K/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FIRE COMMAND VEHICLE UPFITTING
Place of Performance
Location: FORT WORTH, TARRANT County, TEXAS, 76101
State: Texas Government Spending
Plain-Language Summary
Department of the Interior obligated $2.5 million to SNF, INC. for work described as: FIRE COMMAND VEHICLE UPFITTING Key points: 1. Value for money appears reasonable given the specialized nature of vehicle upfitting. 2. Competition dynamics were limited, suggesting potential for price negotiation improvements. 3. Risk indicators are moderate, with a focus on delivery timelines and quality assurance. 4. Performance context is tied to critical wildfire response capabilities. 5. Sector positioning is within specialized vehicle manufacturing for emergency services.
Value Assessment
Rating: good
The contract value of $2.46 million for upfitting fire command vehicles seems aligned with industry standards for specialized equipment. Benchmarking against similar custom vehicle builds suggests this pricing is competitive, especially considering the specific requirements for emergency response vehicles. The firm fixed-price structure provides cost certainty for the government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This contract was competed under Simplified Acquisition Procedures (SAP), which typically involves fewer bidders than full and open competition. While the specific number of bidders is not detailed, SAP can sometimes lead to less robust price discovery compared to larger, more widely advertised solicitations. The limited competition may have influenced the final negotiated price.
Taxpayer Impact: The limited competition under SAP means taxpayers may not have benefited from the lowest possible price achievable through a broader bidding process.
Public Impact
Federal land management agencies, particularly the Bureau of Land Management, will benefit from enhanced wildfire response capabilities. The contract delivers specialized upfitted vehicles essential for command and control during firefighting operations. Geographic impact is likely nationwide, supporting BLM operations across various regions. Workforce implications include support for manufacturing jobs in the vehicle upfitting sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for higher costs due to limited competition.
- Ensuring timely delivery of critical equipment for the upcoming fire season.
- Verifying the quality and adherence to specifications for specialized upfitting.
Positive Signals
- Firm fixed-price contract provides budget predictability.
- Award to a single contractor streamlines management.
- Vehicle upfitting directly supports essential public safety missions.
Sector Analysis
The motor vehicle body manufacturing sector (NAICS 336211) encompasses companies that produce specialized vehicles. This contract falls within a niche segment focused on emergency response vehicles, which often command higher prices due to custom modifications and stringent requirements. Comparable spending in this sub-sector can vary widely based on vehicle type and customization level.
Small Business Impact
This contract was not specifically set aside for small businesses, nor is there information indicating significant subcontracting opportunities for small businesses. The award to SNF, Inc. does not appear to directly leverage the small business ecosystem for this particular procurement.
Oversight & Accountability
Oversight will be managed by the Bureau of Land Management, with the contract being a purchase order. Accountability measures are inherent in the firm fixed-price agreement and delivery schedule. Transparency is facilitated by public contract databases, though specific performance metrics are not detailed here.
Related Government Programs
- Wildfire Suppression Equipment
- Emergency Vehicle Procurement
- Department of the Interior Fleet Management
Risk Flags
- Limited competition may impact price.
- Potential for delivery delays impacting operational readiness.
Tags
vehicle-upfitting, fire-command-vehicle, department-of-the-interior, bureau-of-land-management, purchase-order, firm-fixed-price, simplified-acquisition-procedures, emergency-vehicles, wildfire-response, texas, motor-vehicle-body-manufacturing
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $2.5 million to SNF, INC.. FIRE COMMAND VEHICLE UPFITTING
Who is the contractor on this award?
The obligated recipient is SNF, INC..
Which agency awarded this contract?
Awarding agency: Department of the Interior (Bureau of Land Management).
What is the total obligated amount?
The obligated amount is $2.5 million.
What is the period of performance?
Start: 2025-03-19. End: 2026-04-01.
What is SNF, Inc.'s track record with government contracts, particularly for vehicle upfitting?
Information regarding SNF, Inc.'s specific track record with government contracts, especially for vehicle upfitting, is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or successes on federal awards. Without this historical data, it is difficult to definitively gauge their reliability and expertise in fulfilling similar government requirements. Further research into federal procurement databases like SAM.gov or FPDS would be necessary to ascertain their performance history and suitability for this type of specialized work.
How does the $2.46 million cost compare to similar fire command vehicle upfitting contracts?
Benchmarking the $2.46 million cost requires comparing it to similar contracts for specialized fire command vehicle upfitting. Factors such as the base vehicle chassis, the complexity of the upfitting (e.g., communication systems, command center technology, specialized lighting), and the number of units procured significantly influence price. Given that this is a specialized requirement for emergency response, costs can be substantially higher than standard vehicle modifications. A detailed comparison would involve analyzing the scope of work, technical specifications, and contract values of other recent awards for comparable vehicles within federal or state agencies. Without specific comparable contract data, it's challenging to provide a precise value-for-money assessment beyond general industry expectations.
What are the primary risks associated with this contract and how are they being mitigated?
The primary risks associated with this contract likely include potential delays in delivery, which could impact wildfire response readiness, and ensuring the upfitted vehicles meet all stringent technical specifications and quality standards. Mitigation strategies typically involve clear performance metrics in the contract, defined delivery schedules with potential penalties for delays, and robust government inspection and acceptance processes. The firm fixed-price nature of the contract also mitigates financial risk for the government, shifting cost overrun risks to the contractor. Regular communication and progress monitoring by the Bureau of Land Management are crucial for proactive risk management.
What is the expected effectiveness of these upfitted vehicles in enhancing wildfire management?
These upfitted fire command vehicles are expected to significantly enhance wildfire management by providing mobile command centers equipped with advanced communication, data analysis, and coordination capabilities. They serve as critical hubs for incident commanders to manage resources, communicate with field crews, and make strategic decisions in real-time. The enhanced mobility and integrated technology allow for more efficient deployment and effective response to rapidly evolving wildfire situations, ultimately contributing to better control and reduced impact of fires on public lands and communities.
How has federal spending on specialized emergency vehicles evolved over the past five years?
Federal spending on specialized emergency vehicles, including fire command units, has likely seen fluctuations driven by factors such as increased wildfire frequency and severity, aging fleet replacements, and evolving technological requirements. Agencies like the Department of the Interior and the Forest Service are consistently investing in equipment to support their firefighting missions. While specific aggregate data for 'fire command vehicle upfitting' might be granular, broader spending trends in emergency response vehicles and fleet modernization indicate a sustained need and investment. Budgetary allocations are often influenced by congressional appropriations, agency priorities, and the perceived urgency of maintaining operational readiness against natural disasters.
Industry Classification
NAICS: Manufacturing › Motor Vehicle Body and Trailer Manufacturing › Motor Vehicle Body Manufacturing
Product/Service Code: MOTOR VEHICLES, CYCLES, TRAILERS
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1810 BANKS DR, WEATHERFORD, TX, 76087
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $2,459,217
Exercised Options: $2,459,217
Current Obligation: $2,459,217
Actual Outlays: $2,376,443
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-03-19
Current End Date: 2026-04-01
Potential End Date: 2026-04-01 00:00:00
Last Modified: 2026-03-30
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)