Preventative Maintenance and Emergency Repair Services For Fire Trucks- At Tobyhanna Army Depot
ID: W51AA124Q0101Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT TYAD OFCTOBYHANNA, PA, 18466-0000, USA

NAICS

All Other Automotive Repair and Maintenance (811198)

PSC

MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS (J042)
Timeline
    Description

    The Department of Defense seeks experienced vendors for a federal contract to provide preventative maintenance and emergency repair services for fire trucks at the Tobyhanna Army Depot in Pennsylvania.

    The primary scope of work involves ensuring the operational readiness of three fire trucks: a 2019 Rosenbauer Aerial Ladder, a 2020 Pierce Saber FR, and a 2017 Rosenbauer Engine. The contractor must adhere to National Fire Protection Association standards for maintenance and repairs, conduct annual safety checks, and respond swiftly to emergencies.

    To be considered, applicants must have appropriately certified technicians and demonstrate experience in the automotive repair and maintenance industry. It is advantageous to have a proactive approach to preventing issues and the ability to rapidly respond to unscheduled emergencies.

    The contract is financially estimated at around $10 million, categorized as a hybrid firm-fixed-price and time-and-materials arrangement. The initial base year is priced as a firm-fixed-cost, while subsequent optional years are priced using a labor burden hourly rate. The projected timeline spans two years, with key dates including a site visit on July 17, 2024, and a submission deadline extended to July 29, 2024.

    Interested parties must submit their applications via email, including a completed SF1449 form, pricing proposals, and other necessary documents. The selection process will prioritize technical merit, past performance, and pricing, with the contract awarded based on the best value to the government.

    For further clarification or questions, interested individuals may contact Kristen Zigmont or Stephanie Coleman at the provided email or phone numbers.

    Files
    Title
    Posted
    The primary purpose of this amendment is to extend the solicitation closing date for the procurement process. Specifically, it pushes the deadline from July 25th, 2024, at 12:00 PM EST to July 29th, 2024, at 12:00 PM EST. Offerors are required to acknowledge the receipt of this amendment, and those who wish to change their previously submitted offers can do so before the new deadline. This amendment also serves as a reminder that failure to acknowledge the amendment could lead to the rejection of an offer. The rest of the terms and conditions of the original solicitation remain unchanged.
    The primary objective of this procurement is to acquire fire equipment maintenance and emergency repair services for the federal government. The focus is on securing routine preventative maintenance and addressing unscheduled emergencies. Offerors are required to submit pricing proposals for both the base year and optional extension years. The government seeks a comprehensive solution for fire equipment upkeep, encompassing scheduled maintenance and rapid response repairs. This includes calibrations and the application of labor standards as mandated by relevant FAR and USC provisions. Successful vendors will be responsible for ensuring the efficient operation of fire equipment, maintaining them according to strict standards. This entails a proactive approach to prevent issues and a rapid response for emergency repairs, with approval from the Contracting Officer Representative (COR) prior to any work commencement. The contract is anticipated to be a firm-fixed-price arrangement, with an estimated value spanning multiple years. The initial base year is priced at a fixed rate, while optional extension years' rates are determined by the hourly labor burden. Key dates include the submission deadline, expected in Q1, and a projected two-year project timeline. Evaluation of proposals will prioritize the offered pricing and compliance with technical requirements and service standards. Vendors must provide a detailed pricing structure and labor rates for both routine and emergency services, with the understanding that the estimated hours for emergencies are evaluative and non-binding.
    The Department of Labor's Employment Standards Administration issues Wage Determination No. 2015-5797, Revision 25, governing employment under the Service Contract Act in Pennsylvania's Monroe County. This determination outlines minimum hourly wage rates and benefits for various occupations. The primary focus is on administrative, automotive, food service, health, information technology, and maintenance occupations, with rates ranging from $11.84 to $57.06 per hour. Key benefits include paid holidays, vacation days, and health & welfare allowances. The document also specifies conformance procedures for unlisted occupations, night and Sunday work differentials, and uniform allowance guidelines. Contractors must adhere to these rates and benefits, ensuring compliance with the Service Contract Act and relevant Executive Orders.
    The government seeks a contractor to provide preventative maintenance and emergency repair services for three fire trucks: a 2019 Rosenbauer Aerial Ladder, a 2020 Pierce Saber FR, and a 2017 Rosenbauer Engine. These services, adhering to National Fire Protection Association standards, include annual maintenance checks, repairs, and on-call emergency responses. The contractor must have appropriately certified technicians and adhere to quality control and assurance requirements. Key dates include a site visit on July 17, 2024, and a submission deadline of 12:00 PM on July 25, 2024. The contract, a hybrid firm-fixed-price and time-and-materials arrangement, is estimated at $10,000,000. Offerors must meet Section 508 accessibility standards and submit proposals via email, including a completed SF1449 form and additional required documents. The evaluation criteria consider technical merit, past performance, and price, with the award based on the best value to the government.
    Similar Opportunities
    REPAIR OF P-22 FIRETRUCK
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a Pierce Firetruck (P-22) at Hurlburt Field, Florida. The contractor will be responsible for comprehensive maintenance and repairs, including the removal and installation of engine assemblies, servicing the Allison 3000 series transmission, and ensuring compliance with National Fire Protection Agency standards. This procurement is critical for maintaining the operational readiness of emergency response vehicles, which play a vital role in safety and rescue operations. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Benton Medcalf at benton.medcalf@us.af.mil or Shayne Cole at shayne.cole@us.af.mil.
    Annual Mobile Fire Emergency Vehicle Inspection IAW NFPA 1910
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army at Fort Leonard Wood, Missouri, is seeking businesses capable of conducting annual mobile fire emergency vehicle inspections in accordance with NFPA 1910 standards. The procurement involves comprehensive bumper-to-bumper inspections, pump performance tests, and aerial service tests for a fleet of fire trucks, including various manufacturers such as Pierce, Ferrara, and Oshkosh. These inspections are critical for ensuring the operational readiness and safety of emergency response vehicles, thereby enhancing the effectiveness of fire services. Interested vendors should contact Elizabeth Reyes at elizabeth.e.reyes2.civ@army.mil or Julie West at julie.m.west4.civ@army.mil for further details.
    Naval Station Great Lakes Fire Truck Certification, Repair and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking qualified small businesses to provide certification, repair, and maintenance services for fire trucks and related equipment at Naval Station Great Lakes in Illinois. The procurement involves comprehensive services, including labor, materials, and equipment necessary for inspecting and certifying a fleet of five Pierce fire department vehicles, which require annual inspections and certifications exclusively from certified Pierce dealers. This initiative underscores the importance of maintaining operational readiness and safety for the Naval Station's fire services, with an estimated project cost ranging from $750,000 to $1,250,000. Interested contractors must respond with the requested information by July 1, 2024, and can contact George E. Odorizzi at george.e.odorizzi2.civ@us.navy.mil for further details.
    Repair Aircraft Rescue and Fire Fighting Vehicle_ Crash5
    Active
    Dept Of Defense
    The Department of Defense, specifically the Massachusetts Air National Guard, is seeking qualified small businesses to repair an Aircraft Rescue and Fire Fighting Vehicle (ARFF) designated as Crash 5 at Barnes Air National Guard Base in Westfield, Massachusetts. The procurement involves comprehensive repairs to the vehicle's engine, brake, and differential systems, as well as optional repairs to various fire apparatus systems, all detailed in the Performance Work Statement (PWS). This initiative is crucial for maintaining operational readiness and ensuring effective fire-fighting capabilities at the base. Interested contractors must submit their quotes by September 24, 2024, following a site visit scheduled for September 17, 2024, and can direct inquiries to Capt Emerald Meredith at emerald.meredith.1@us.af.mil.
    DPW Fire Detection and Suppression
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to perform Inspection, Testing, and Maintenance (ITM) on fire detection and suppression systems at Carlisle Barracks and the U.S. Army Heritage and Education Center in Pennsylvania. The procurement aims to ensure compliance with National Fire Protection Association (NFPA) and Unified Facilities Criteria (UFC) standards, thereby safeguarding building occupants and government assets. This contract, which is a Total Small Business Set-Aside, has an estimated total value of $286,500 over a base year and four option years, with quotes due by September 27, 2024, at 3:00 PM EST. Interested parties should direct inquiries to Lori Swade at lori.a.swade.civ@army.mil or Bethany L. Flynn at bethany.l.flynn.civ@army.mil.
    STEA PARK WIDE FIRE EXTINGUISHER INSPECTION, TESTI
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the inspection, testing, maintenance, repair, and replacement of fire extinguishers at the Steamtown National Historical Site in Scranton, PA, under the Request for Quote (RFQ) number 140P4524Q0073. The contract encompasses a base period of twelve months with the possibility of four optional extensions, covering approximately 312 fire extinguishers that must comply with NFPA and OSHA standards. This procurement is set aside for small businesses under NAICS Code 811310, emphasizing the importance of maintaining safety and compliance within federal facilities. Proposals are due by September 20, 2024, at 2:00 PM EDT, and interested contractors should contact Linda Richardson at LindaRichardson@nps.gov for further details.
    WRECKER, 35 TON INTEGRATED RECOVERY BOOM AND UNDERLIFT
    Active
    Dept Of Defense
    The Department of Defense, through the 11th Contracting Squadron, is soliciting bids for a 35 Ton Wrecker with an integrated recovery boom and underlift, intended for delivery to Joint Base Anacostia-Bolling in Washington, D.C. The procurement aims to enhance the operational capabilities of the Air Force by acquiring a vehicle that meets specific technical requirements, including a minimum engine performance of 500 hp and compliance with U.S. emissions standards. This opportunity is particularly significant as it supports small businesses, with a total small business set-aside, and emphasizes the importance of competitive pricing and technical specifications in the selection process. Interested vendors must submit their proposals electronically by September 18, 2024, and direct any inquiries to J. Brandon La'Pierre at jerome.lapierre.1@us.af.mil or Gregory Bishop at gregory.bishop.8@us.af.mil, noting that no awards will be made until funds are available.
    Flightline Fire Extinguisher
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Flightline Fire Extinguisher Inspection and Maintenance Services for the California National Guard. The contract encompasses the inspection and maintenance of 87 Buckeye K-350 RG Portable Wheeled Fire Extinguishers across multiple airfields in California, including Mather Airfield, Stockton, Fresno, Camp Roberts, Camp San Luis Obispo, and Los Alamitos, ensuring compliance with NFPA-10 standards and federal regulations. This initiative is crucial for maintaining safety standards at military airfields, with a performance period extending from September 30, 2024, through September 2029. Interested small businesses must submit their proposals by September 16, 2024, and can direct inquiries to Kaipo Kim at kaipo.h.kim.civ@army.mil or by phone at 808-861-9563.
    Firefighting Foam Trailer
    Active
    Dept Of Defense
    The Department of Defense, through the 82d Contracting Squadron at Sheppard Air Force Base in Texas, is soliciting proposals for a 1000-gallon firefighting foam trailer under solicitation number FA302024Q0112. The procurement aims to enhance firefighting capabilities by acquiring a trailer that meets specific technical specifications, including a robust construction and operational features necessary for effective emergency response. This acquisition is exclusively set aside for small businesses, with proposals due by September 18, 2024, at 2:00 PM CST, and all quotes must remain valid through September 30, 2024. Interested vendors should direct their inquiries to Cole Jones or Ryan Kulpa via email, as funding for this contract is not currently available, and the government reserves the right to cancel the solicitation without obligation to reimburse vendors.
    DDNV Turret Truck Diagnoses
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for diagnostic services related to turret trucks at its DLA Distribution facility in Norfolk, Virginia. The contractor will be responsible for diagnosing and servicing six turret trucks, specifically addressing operational failures such as battery issues and overheating, and providing a cost estimate for necessary repairs and parts. This initiative is crucial for maintaining the functionality of existing materials handling equipment while planning for future replacements. Proposals are due by September 19, 2024, and interested parties should contact Samuel Tustin at samuel.tustin@dla.mil for further information.