Lease/Rent ARFF (Aircraft Rescue Fire Fighting) Vehicles
ID: FA302225Q0323Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3022 14 CONS LGCACOLUMBUS, MS, 39710-0001, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (W023)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking to lease two Aircraft Rescue Fire Fighting (ARFF) vehicles for the Fire Department at Columbus Air Force Base in Mississippi. The procurement requires one vehicle with a 1,500-gallon water capacity and another with a 1,000-gallon capacity, both featuring a 4x4 chassis, an 8-cylinder diesel engine, and compliance with National Fire Protection Association (NFPA) standards. These vehicles are critical for ensuring effective firefighting capabilities at the airbase, with a delivery deadline set for October 1, 2025. Interested vendors should direct inquiries to Yolanda Pruitt at yolanda.pruitt@us.af.mil or LiConstance Hayes at liconstance.hayes@us.af.mil, and must comply with all outlined specifications and security requirements.

    Files
    Title
    Posted
    This government file, titled "ARFF (Aircraft Rescue Fire Fighting) Vehicle Q&A II," addresses key questions regarding a solicitation for ARFF vehicles. The primary purpose of this document is to clarify the terms of the solicitation. It explicitly states that the agency is currently only interested in leasing or renting ARFF vehicles, not purchasing them. Furthermore, the Period of Performance (PoP) is defined as "Base +4," with a required delivery date of October 1, 2025. This document serves as a Q&A to provide essential information for potential vendors responding to the solicitation.
    This document addresses key questions regarding the acquisition of Aircraft Rescue Fire Fighting (ARFF) vehicles, likely for a federal government Request for Proposal (RFP). The requirement includes replacing a currently leased 1500-gallon ARFF unit and acquiring an additional 1000-gallon unit, totaling two vehicles. The incumbent contract number is FA302224P0028. A critical delivery deadline of October 1, 2025, is specified. The vehicles must be compatible with F3 foam, and a 4500-gallon unit is explicitly deemed unacceptable. The vendor will be responsible for maintenance, with costs included in the lease agreement, and a maintenance package is required within the quote.
    The government seeks to lease two ARFF (Aircraft Rescue Fire Fighting) vehicles, one with a 1500-gallon capacity and another with a 1000-gallon capacity. Both vehicles must feature a 4x4 chassis, approximately 200-gallon foam capacity (preferably F3 or AFFF foam), an 8-cylinder diesel engine, and all lights and sirens required by NFPA. The contract includes annual maintenance in accordance with FAA 52-10 and NFPA 414. Delivery is required by October 1, 2025, to the Fire Department at Columbus AFB, MS, and the contractor must comply with Air Force installation security requirements.
    The Statement of Need outlines a lease/rent contract for two ARFF (Aircraft Rescue Fire Fighting) vehicles for the Fire Department at Columbus AFB, MS 39710. The contract requires the provider to supply all necessary management, labor, equipment, and materials. The vehicles must meet specific requirements: a 4x4 chassis, 1,000 or 1,500-gallon water capacity, approximately 200-gallon foam capacity, 1,520 gpm water pump capacity, an 8-cylinder diesel engine, a 500-pound PKP (Purple K) Dry Chemical tank, and all lights and sirens required by NFPA. Contractors must also comply with security requirements outlined in AFFARS 5352.242-9000 and local base entry procedures. This document serves as a federal RFP detailing the specifications for the required firefighting apparatus.
    This government file outlines essential clauses and instructions for federal government solicitations, primarily focusing on Defense Federal Acquisition Regulation Supplement (DFARS) and Federal Acquisition Regulation (FAR) provisions. Key areas include requirements relating to compensation of former DoD officials, whistleblower rights, safeguarding covered defense information, prohibitions on certain telecommunications equipment, and compliance with NIST SP 800-171. It details the use of the Wide Area WorkFlow (WAWF) system for electronic payment requests and receiving reports, including specific routing data and document types. The document also provides comprehensive offeror representations and certifications covering small business concerns, veteran-owned businesses, women-owned businesses, and compliance with various federal regulations such as Buy American, Trade Agreements, and prohibitions on business operations in Sudan or with inverted domestic corporations. Additionally, it addresses certifications regarding child labor, taxpayer identification, greenhouse gas emissions, and restrictions on confidentiality agreements for reporting waste, fraud, or abuse. The file emphasizes adherence to these regulations for contractors seeking to do business with the federal government.
    This government file outlines several clauses for federal contracts, focusing on an Ombudsman role, environmental protection, health and safety, and contractor access to Air Force installations. The Ombudsman clause establishes a confidential resource for resolving contractor concerns, emphasizing that initial issues must be directed to the contracting officer and that the ombudsman does not affect official processes or binding decisions. The environmental clause prohibits the use of Class I Ozone Depleting Substances (ODS) in products and services for the Department of the Air Force. The health and safety clause mandates contractors take precautions to ensure personnel safety on government installations and comply with Air Force Occupational Safety and Health (AFOSH) Standards. Finally, the contractor access clause details requirements for obtaining base identification and vehicle passes, providing after-hours contact information for emergency notifications, and ensuring compliance with installation access procedures. Failure to comply with these requirements may result in the withholding of final payment.
    This document, Wage Determination No. 2015-5157 Revision No. 27, issued by the U.S. Department of Labor, details the minimum wage rates and fringe benefits for service contract employees in specific Mississippi counties. It outlines two primary wage requirements based on contract award dates: Executive Order 14026 for contracts on or after January 30, 2022 ($17.75/hour in 2025), and Executive Order 13658 for contracts between January 1, 2015, and January 29, 2022 ($13.30/hour in 2025). The document specifies that the applicable Executive Order minimum wage rate will be adjusted annually. It provides detailed wage rates for a wide range of occupations, including administrative, automotive, food service, health, information technology, and maintenance. Additionally, it mandates fringe benefits such as health and welfare, vacation (2 weeks after 1 year, 3 weeks after 10 years), and eleven paid holidays. Special provisions are noted for computer employees, air traffic controllers, weather observers, hazardous pay, and uniform allowances. The document also describes the conformance process for unlisted job classifications using Standard Form 1444.
    The provided government file, likely an RFP or grant-related document, is a placeholder message indicating that the proper contents could not be displayed. It advises the user that their PDF viewer may not be able to render the document type and recommends upgrading to the latest version of Adobe Reader. It also provides links for downloading Adobe Reader and seeking further assistance. The document lists trademarks for Windows, Mac, and Linux, suggesting compatibility across these operating systems. This file's purpose is to inform the user about a display error and guide them on how to resolve it to access the actual content, which is currently unavailable.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    31-5006 Used Firefighting Truck Camp Lemonnier, DJI
    Buyer not available
    The Defense Logistics Agency (DLA) Disposition Services is offering a one-time sealed bid sale for a used firefighting truck located at Camp Lemonnier, Djibouti. Bidders are required to submit a minimum bid of $50.00 using the specified SF114 and SF114A forms, with the offer closing on December 15, 2025, at 1:00 p.m. EST. The truck, a 2006 FREIGHTLINER, is operational but has known maintenance issues, including dead batteries, and is sold as-is without the option for physical inspection. The successful bidder will be responsible for all logistics related to the removal of the truck within 21 calendar days after customs clearance, with full payment due prior to removal via Electronic Fund Transfer, ACH, or credit card. Interested parties can contact Kris Smoker or Thomas Marcum for further information and must comply with all government regulations associated with the sale.
    Request For Information - Tire Fire Suppression Bottle
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking information from qualified firms regarding the procurement of Tire Fire Suppression Bottles for the Stryker Family of Vehicles. The objective is to acquire between 1,200 and 1,800 units of these bottles, which are critical for extinguishing tire fires on military vehicles, thereby ensuring crew safety and maintaining operational readiness in high-risk environments. Interested firms are required to respond to this Request for Information (RFI) by completing the attached workbook, which includes detailed specifications and requirements for the bottles, and submitting their responses by January 16, 2026, at 2:00 PM Eastern Standard Time. For further inquiries, firms may contact Taylor Ferguson at Taylor.D.Ferguson10.civ@army.mil or Marta Furman at marta.furman.civ@army.mil.
    Extinguisher, Fire, A
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, OK, is seeking procurement for fire extinguishers classified under the PSC code 1680, which pertains to miscellaneous aircraft accessories and components. This opportunity involves the justification for acquiring these critical safety items, which are essential for maintaining operational safety and compliance within military aviation environments. Interested vendors can reach out to Chris Lally at 405-855-3529 or via email at christopher.lally.1@us.af.mil for further details regarding the procurement process. Specific funding amounts and deadlines have not been disclosed in the available information.
    USAFADS Smoke Oil
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of smoke oil for the United States Air Force Air Demonstration Squadron (USAFADS), also known as the Thunderbirds. The requirement includes 460 55-gallon drums of brand-name smoke oil, which must adhere to specific technical standards to prevent aircraft contamination, with delivery locations including Truth or Consequences, NM, Edwards AFB, CA, and Nellis AFB, NV. This procurement is critical for supporting training and airshow operations for the F-16 C/D model aircraft, with quotes due by December 8, 2025, and all interested vendors must be registered in the System for Award Management (SAM) prior to contract award. For further inquiries, vendors can contact SrA Carlos Burnes at carlos.burnes@us.af.mil.
    400-Gallon Water Tanker Trailers
    Buyer not available
    The General Services Administration (GSA) is soliciting quotes for the procurement of twenty (20) 400-gallon water tanker trailers on behalf of the Department of Navy. These trailers must meet stringent Military and Society of American Engineer standards, featuring a 304L stainless steel tank, robust suspension, and capabilities for air transport, ensuring they are suitable for both tactical and commercial use. Interested vendors must submit their quotes electronically by December 12, 2025, and direct any questions by December 9, 2025, to the primary contact, John E. (Ed) Hodges, at john.hodges@gsa.gov. This opportunity is set aside for small businesses, and all submissions must comply with the requirements outlined in the attached documents.
    Fire Extinguisher
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a firm-fixed-price, three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for fire extinguishers (NSN 4210-01-677-2080) to support Joint Light Tactical Vehicle (JLTV) units. The procurement requires offers for a total quantity of up to 281 units, with a guaranteed minimum of 14 units, and submissions must be made for the entire quantity across all three ordering years, as partial offers will not be considered. These fire extinguishers are critical for ensuring safety and compliance in military operations. Interested vendors should submit their proposals via email to the primary contact, Stephen Granch, at Stephen.Granch@dla.mil by the specified due date, with deliveries commencing 455 days after the order date, and shipments directed to the Defense Distribution Depot Red River.
    Vehicle Management Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for Vehicle Management Services at Hurlburt Field AFB, Florida. The procurement aims to provide comprehensive management, maintenance, and accountability for the base's vehicle fleet, including government-owned and GSA-leased vehicles, with services encompassing scheduled and unscheduled maintenance, inspections, and specialized mechanics for various vehicle types. This initiative is crucial for ensuring efficient operations of the vehicle fleet, which supports the logistics readiness of the 1st Special Operations Logistics Readiness Squadron. Interested parties can direct inquiries to SSgt Osvaldo Alvarado at osvaldo.alvarado@us.af.mil or TSgt Justin Carroll at justin.carroll.4@us.af.mil, noting that this is a Sources Sought notice for information and planning purposes only, and does not constitute a commitment by the Government.
    081107 WCF Replacement Utility Vehicle EN:1500
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for a 4x4 Utility Vehicle (UTV) to replace its current vehicle at the Pisgah Ranger District in North Carolina. The UTV must meet stringent specifications, including a minimum 999 cc gasoline engine, automatic transmission, seating for at least four passengers with a certified Roll Over Protection Structure (ROPS), and various performance capabilities such as a towing capacity of 1500 lbs. and a payload capacity of 1100 lbs. This procurement is critical for supporting the Forest Service's operational needs in managing the national forest, and it is set aside for small businesses under NAICS code 336999. Proposals are due by December 8, 2025, at 5:00 pm ET, and interested vendors should contact Brad Carlson at brad.a.carlson@usda.gov for further details.
    25--AIR,DRYER 24V
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking to procure a 24V air dryer, classified under the miscellaneous vehicular components category. This procurement is justified as an Other Than Full and Open Competition Solicitation, indicating specific requirements that necessitate this approach. The air dryer is crucial for maintaining the operational efficiency of various defense vehicles and equipment. Interested vendors can reach out to Karen Bramlish at karen.bramlish@dla.mil or by phone at 614-692-7495, or Tracy Holmes at Tracy.Holmes@dla.mil or 614-692-7780 for further details regarding the solicitation.
    42--EXTINGUISHER,FIRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 100 fire extinguishers (NSN 4210011749474) under a Combined Synopsis/Solicitation notice. The extinguishers are critical for fire safety and rescue operations, emphasizing the importance of reliable safety equipment for military and defense personnel. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and quotes must be submitted by the specified deadline, with delivery expected within 393 days after order placement.