P-23 Fire Truck Engine Replacement Services
ID: W50S72-24-Q-7209Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M8 USPFO ACTIVITY IAANG 185SIOUX CITY, IA, 51111-1396, USA

NAICS

Specialized Automotive Repair (811114)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ENGINES, TURBINES, AND COMPONENTS (J028)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting quotes for P-23 Fire Truck Engine Replacement Services through a Request for Quotation (RFQ) under solicitation number W50S72-24-Q-7209. The contractor will be responsible for providing all necessary personnel, equipment, and materials to replace the 8V92TA Detroit diesel engine within a 150-day timeframe, ensuring the fire truck's operational readiness, including water pumping capabilities. This procurement is critical for maintaining emergency response capabilities and is set aside exclusively for small businesses, with a firm-fixed price contract to be awarded based on the lowest responsive quote. Interested vendors must submit their proposals, including a completed Vendor Information Sheet and product specifications, by the deadline of September 12, 2024, and can direct inquiries to Capt. Allison Harbit at allison.harbit@us.af.mil or Mark A. Crombie at mark.crombie.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines requirements for the replacement of the P-23 fire truck engine for the 185th Air Refueling Wing. The contractor is tasked with providing necessary resources to successfully perform the service within a 150-day timeframe. The main goal is to replace the 8V92TA Detroit diesel engine and conduct comprehensive functionality tests, ensuring the truck's readiness, including water pumping capabilities. The contractor is responsible for maintaining a stable workforce, adhering to security protocols, and ensuring compliance with installation regulations. The PWS highlights the necessity of a 1-year warranty for all completion work, strict identification protocols for personnel, and mandates ant traffick in person policies. The Government reserves rights to all products developed during the contract, emphasizing ownership and quality assurance standards, including provisions for periodic inspections by the Contracting Officer Representative (COR). In summary, this document serves as a guideline for potential contractors, detailing expectations, responsibilities, and compliance requirements for the P-23 fire truck engine replacement project, contributing to effective resource management and operational readiness for emergency services.
    This document outlines the incorporation of various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions into a solicitation, applicable to federal contracts and subcontracts. It details the necessary representations and certifications that offerors must complete, including topics such as the System for Award Management, prohibitions on procurement involving certain telecommunications equipment, compliance with security requirements, and contractor responsibilities regarding child labor and telecommunications services. Moreover, it emphasizes adherence to statutory requirements prohibiting contracts with entities connected to specified regimes or business operations in Sudan or Xinjiang. Offerors must represent their business status regarding small business classifications (e.g., SDVOSB, EDWOSB) and ensure compliance with regulations surrounding past tax liabilities, criminal convictions, and employment practices. The document serves as a foundational guide for entities seeking federal contracts, ensuring that they meet necessary regulatory compliance, ethical standards, and performance requirements before consideration for award. Overall, it supports the integrity of the procurement process by requiring transparency and accountability from contractors.
    The document is a wage determination register issued under the Service Contract Act by the U.S. Department of Labor. It outlines minimum wage rates and required fringe benefits for various occupations across specific states (Iowa and Nebraska) effective for contracts awarded or renewed from January 30, 2022. The minimum wage is set at $17.20 per hour for contracts under Executive Order 14026, while those awarded before this date may follow Executive Order 13658 with a minimum of $12.90 per hour. Detailed wage rates for numerous job titles are provided, highlighting differences for various levels of technical and administrative roles. Additionally, the document details benefits, including health and welfare, vacation, and sick leave under Executive Order 13706. It emphasizes the need for contractors to comply with wage requirements, particularly concerning unlisted job classifications and the conformance process for establishing appropriate wage rates. The guidelines aim to ensure fair compensation aligned with federal contracts, aiming to protect worker rights and maintain industry standards for service contracts under federal funding. This aligns with broader federal policies on contract labor and worker protections.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    International DT-570 Engine
    Active
    Dept Of Defense
    The Department of Defense, specifically the Montana Air National Guard (MTANG), is seeking quotes from qualified small businesses for the procurement of an International DT-570 engine for a 2012 International 7400 SBA fire truck. The requirement includes the engine being installation-ready with all necessary connections, along with shipping and handling costs, to be delivered within 90 days. This procurement is critical for maintaining the operational capability of the fire truck, which is essential for emergency response. Interested vendors must submit their quotes by September 26, 2024, and direct any inquiries to MSgt Anthony Barille at anthony.barille@us.af.mil or by phone at 406-791-0246. The estimated contract value is approximately $32,000, and funding availability is currently unconfirmed.
    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.
    PKC - Water Pump Gearbox Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a brand-new Water Pump Gearbox Assembly for the P-34 Rapid Intervention Vehicle (RIV) firefighting truck. The requirement is for a specific assembly manufactured by Hale Pumps, identified by part number HAL Part 501-00024-010-50, which is exclusively designed for this vehicle, making it a single-source procurement. This solicitation is set aside for small businesses and emphasizes the importance of compliance with the Statement of Need, with quotes due by September 18, 2024. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Brian DuQuette or Ms. Maekyla Rosendo for further details.
    Vehicle Fire Suppression Vehicles - De-Ice Trucks
    Active
    Dept Of Defense
    The Department of Defense, specifically the Minnesota Air National Guard, is soliciting quotes for the procurement of fire suppression systems for de-icing vehicles under RFQ W50S7E-24-Q-0028. The project aims to replace non-compliant ANSUL systems in two de-icing trucks with new systems that adhere to NFPA 1901 standards, featuring capabilities such as wet agent tanks, multi-zone detection, and a compact design that minimizes passenger space usage. This procurement is crucial for ensuring operational safety and efficiency during winter operations, with a firm-fixed price contract contingent on the availability of funds. Interested small businesses must submit their quotes electronically by September 20, 2024, and can direct inquiries to Lt Col Ann Feist at ann.feist.1@us.af.mil or by phone at 612-713-2626.
    USNS RAPPAHANNOCK Replacement Engine Steyr SE236E40 Solas
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking proposals from qualified small businesses for the procurement of engine kits and components for the Willard 670 Solas RHIB, under Solicitation Number N4044624Q0009. This opportunity emphasizes the need for comprehensive pricing, delivery estimates, and technical specifications to meet the government's requirements, with a firm-fixed-price purchase order anticipated. The goods are critical for supporting military operations, and the delivery is expected by October 28, 2024, to San Diego, CA. Interested bidders must submit their quotes by 2:00 PM on September 26, 2024, via email to Donnie Leger at donnie.s.leger.civ@us.navy.mil, and adhere to federal regulations regarding small business participation and product sourcing.
    J--Fire Engine Motor Replacement-Desert NWR, NV
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the replacement of the motor on fire engine 8262, a 2016 Ford F550, at the Desert National Wildlife Refuge in Nevada. The urgency of this procurement arises from the critical need for the fire engine to be operational for emergency response, particularly with the upcoming fire season. Rush Truck Centers has been identified as the only local vendor capable of performing the necessary repairs in a timely manner, as they have already begun troubleshooting the engine and possess certified Ford ASE mechanics. Interested parties may submit capability statements to Darla Freyholtz Ballard at darlafreyholtzballard@fws.gov within ten calendar days of this notice, with the contract period of performance set from September 20, 2024, to November 1, 2024.
    28--ENGINE,DIESEL A, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a diesel engine (NSN 7R-2815-016040561-SX) for repair or modification purposes. The procurement involves a quantity of one engine, with delivery terms set to FOB Origin, indicating that the seller is responsible for transportation costs until the goods are delivered to the carrier. This diesel engine is critical for various military applications, underscoring the importance of reliable and efficient engine systems in defense operations. Interested parties are encouraged to submit their proposals or capability statements within 45 days of this notice, and they can contact Andrew N. Phillips at (215) 697-5047 or via email at ANDREW.N.PHILLIPS10.CIV@US.NAVY.MIL for further information.
    WRECKER, 35 TON INTEGRATED RECOVERY BOOM AND UNDERLIFT
    Active
    Dept Of Defense
    The Department of Defense, through the 11th Contracting Squadron of the Air Force, is seeking bids from qualified small businesses for the procurement of a 35 Ton Wrecker with an integrated recovery boom and underlift, under solicitation number FA706024Q0025. The wrecker must meet specific technical specifications, including a minimum engine performance of 500 hp and a gross vehicle weight rating of at least 60,000 lbs, and must be delivered to Joint Base Anacostia-Bolling, Washington, D.C., within 120 days of order receipt. This procurement is crucial for enhancing the operational capabilities of the military's vehicle recovery fleet. 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 award will be made until funds are available.
    DIESEL ENGINE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is preparing to solicit bids for the procurement of diesel engines, specifically the NSN 2815-01-561-6871, with a part number of 504362760. The requirement includes a basic quantity of six engines, with an option for an additional six, and the inspection and acceptance will occur at the origin, while the delivery will be made to the destination. These diesel engines are critical components for various military applications, ensuring operational readiness and reliability. Interested vendors should note that the solicitation is expected to be posted on SAM within approximately two weeks, and for further inquiries, they can contact Donald Merkle at donald.merkle@dla.mil or by phone at 586-335-8436.
    29--PARTS KIT,ENGINE FU
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for a procurement opportunity involving a Parts Kit for an engine fuel system, specifically NSN 2910016969797. The solicitation includes a requirement for 58 units, with delivery expected within 70 days after order placement, and may result in an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000. This procurement is critical for maintaining operational readiness and support for military vehicles, with items to be shipped to various domestic and overseas DLA depots. Interested vendors must submit their quotes electronically, and for inquiries, they can contact the DLA at DibbsBSM@dla.mil.