42--Type 6 Light Wildland Fire Engine for Sand Lake NW
ID: DOIFFBO260013Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Motor Vehicle Body Manufacturing (336211)

PSC

FIRE FIGHTING EQUIPMENT (4210)
Timeline
    Description

    The U.S. Fish and Wildlife Service (FWS) intends to award a sole-source, firm-fixed-price contract to HEIMAN INC for the procurement of a Type 6 Light Wildland Fire Engine for the Sand Lake National Wildlife Refuge (NWR). This contract, categorized under NAICS code 336211 for Motor Vehicle Body Manufacturing, is justified due to Heiman Inc.'s specialized expertise in constructing custom wildland fire engines that comply with Department of the Interior (DOI) national standards. The fire engine will play a crucial role in enhancing firefighting capabilities in the region, with specifications including a 350-gallon booster tank and a 10-gallon Class 'A' foam system, among other features. Interested parties may submit capability statements to Fred Riley at fred_riley@fws.gov by 2:00 PM EDT on January 22, 2026, to demonstrate their ability to provide competitive alternatives, although the final decision on competition will rest with the agency.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service (FWS) has issued a Notice of Intent (NOI) to award a sole-source, firm-fixed-price contract to HEIMAN INC. for a Type 6 Light Wildland Fire Engine for the Sand Lake NWR. This action falls under NAICS code 336211 (Motor Vehicle Body Manufacturing) and is justified by FAR 13.501(a)(2), Simplified Acquisition procedures, due to Heiman Inc.'s expertise in custom wildland fire engines that meet DOI national standards. This announcement is not a request for competitive quotes. However, responsible sources can submit a capability statement by 2:00 PM EDT on Thursday, January 22, 2026, to Fred Riley at fred_riley@fws.gov. The FWS will consider these statements to determine if a competitive procurement is advantageous, though the final decision rests solely with the agency.
    The document is a sales drawing for a US Fish and Wildlife WT 60 Crew apparatus, featuring specific water and foam volumes. The drawings, dated September 9, 2025, are proprietary and confidential, explicitly stating that all dimensions are approximate and subject to change during construction. Minor details may be omitted for clarity, and the specifications of the apparatus will be the final authority. The document consists of two sheets, both reiterating the proprietary nature and the approximate dimensions. It details a water volume of 350 units and a foam volume of 10 units for the vehicle, likely a fire or rescue truck given the
    This government file details specifications for a specialized apparatus, likely a fire truck, covering its fire pump, gated inlets/discharges, booster tank, instrument panel, body construction, compartments, electrical system, and emergency lighting. Key features include a 23.5 hp Kubota diesel fire pump, specific flow rates (103 GPM at 150 PSI, 94 GPM at 250 PSI, 65 GPM at 350 PSI), a 10-gallon Class 'A' foam system, and a 350-gallon polypropylene booster tank with a lifetime warranty. The apparatus body, constructed from aluminum, emphasizes durability and maximum storage, with various compartments and a 10-year warranty. Electrical components comply with DOT regulations and include LED lighting and a Kussmaul auto charge system. Emergency lighting consists of Whelen LED systems for all zones and a 100-watt electronic siren. The chassis features custom wheels, a 3.0-inch suspension lift, skid plates, and a Warn portable winch, all painted two-tone black over red.
    This government file outlines crucial contract clauses and provisions for commercial products and services, emphasizing compliance with federal regulations. Key clauses include electronic invoicing via the Invoice Processing Platform (IPP), reporting of biobased products, and options to extend services. The document details various FAR clauses incorporated by reference, covering topics such as whistleblower protections, prohibitions on certain telecommunications equipment, and restrictions on foreign purchases. It also specifies limitations on subcontracting for small business set-aside contracts and promotes green acquisition initiatives. Offerors must complete representations and certifications, particularly regarding small business status and adherence to Buy American acts, ensuring fair evaluation based on price and past performance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    IA - Neal Smith NWR - 4 UTVs with 2 Trade-ins
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from Women-Owned Small Businesses (WOSB) for the procurement of four 2026 6x6 Utility Terrain Vehicles (UTVs), with the option to trade in two existing Kubota units. The UTVs are required to meet specific technical specifications, including a minimum 976cc V-twin engine, selectable 4WD/6WD, and a towing capacity of 3,000 lbs, to support operations such as fire suppression and maintenance of sensitive landscapes. Interested vendors must submit their quotes, including all associated costs, by January 19, 2025, at 2:00 PM Eastern Time, via email to Dana Arnold at danaarnold@fws.gov, with evaluation criteria focusing on technical specifications, lead time, and price.
    OR-FWS MALHEUR NWR-UTV
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotes from qualified Women-Owned Small Businesses (WOSB) for the procurement of a Utility Terrain Vehicle (UTV) for the Malheur National Wildlife Refuge located in Princeton, Oregon. The UTV must meet specific requirements, including a 999cc engine, 82HP, an 11.5-gallon fuel capacity, and a factory-installed cab system equipped with heating, air conditioning, and defrost capabilities. This vehicle is essential for operational efficiency within the refuge, supporting various wildlife management activities. Quotes are due by January 22, 2026, at 5 PM ET, with delivery required by March 31, 2026. Interested parties can contact Kathryn Coltran at kathryncoltran@fws.gov for further information.
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    61--CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide a 200 hp outboard motor for law enforcement patrol boats operating on Montana's lakes and rivers. The procurement involves a firm-fixed-price contract for one motor, which must meet specific technical requirements, including compatibility with Smartcraft, and include necessary installation components and labor. This acquisition is critical for enhancing law enforcement capabilities in the region, ensuring effective patrols over long distances in various water conditions. Interested parties must submit their quotes by January 2, 2026, with the contract performance period set from January 12, 2026, to March 13, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    Fire Truck Engine Repair - Sources Sought
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to perform engine repair services for a 2014 Pierce P-22 fire-engine chassis (registration number 14L00096) at Hurlburt Field, Florida. The selected vendor will be responsible for sourcing and replacing the engine long block, either with a new crate engine or a certified remanufactured long block, and must provide supporting documentation for the latter. This procurement is critical for maintaining operational readiness and safety of fire response vehicles, ensuring compliance with EPA emissions standards and NFPA guidelines. Interested parties should contact Alyssa Gentry at alyssa.garred@us.af.mil or Lauren Hook at lauren.hook@us.af.mil for further details, with the expectation that all work will be completed within 120 days of contract award and a one-year warranty provided for the engine and replaced non-wear items.
    Seven (7) TYPE III Wildland Fire Fighting Trucks (Brush TRK)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure seven (7) TYPE III Wildland Fire Fighting Trucks (Brush TRK) to support Army Fire Departments in Europe. The procurement aims to fulfill specific technical requirements, including compliance with various safety standards and the provision of essential firefighting equipment, such as a rear-mounted fire pump, a minimum 4,000L water tank, and a 300L foam tank, among other specifications outlined in the draft technical documents. These trucks are crucial for effective firefighting operations in the region, ensuring that Army Fire Departments are equipped with reliable and efficient vehicles. Interested vendors must submit their statements and any questions to Ms. Maryanne Peck or Mr. Brandon Donalson by February 1, 2026, with questions due by January 16, 2026, and should include detailed company information as specified in the notice.
    49--NV-AMARGOSA PFISH RCH STA-WTR TRUCK REPA
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking a contractor for the repair of a water truck at the Amargosa Pupfish Research Station in Amargosa Valley, Nevada. The project involves comprehensive repairs on a 2009 Freightliner water truck, addressing various mechanical issues such as fault codes, oil leaks, fuel system problems, and more, with a requirement for completion within 30 days of contract award. This procurement is critical for maintaining operational efficiency at the research station, ensuring reliable transportation for water resources. Interested small businesses must submit their quotes by September 18, 2025, at 5 PM ET, and are required to acknowledge receipt of the solicitation amendment by December 16, 2025, to be considered for the contract. For further inquiries, contact Kathryn Coltran at kathryncoltran@fws.gov.
    Fire Extinguisher
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers 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 contract requires a total quantity of up to 281 units, with a guaranteed minimum of 14 units, and emphasizes that offers must be for the entire quantity across the contract's duration. This procurement is critical for ensuring the safety and operational readiness of military vehicles, highlighting the importance of reliable fire-fighting equipment. Interested contractors must submit their proposals electronically by January 15, 2026, at 3:00 PM local time, and can contact Stephen Granch at Stephen.Granch@dla.mil or (385) 591-0902 for further information.
    FBFES Firefighting Hose
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to supply firefighting hoses, including firefighting attack hoses, firefighting supply hoses, and forestry firefighting attack hoses. This procurement is categorized under a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in the manufacturing of rubber and plastics hoses and belting. The goods are critical for firefighting operations, ensuring safety and effectiveness in emergency situations. Interested parties should contact Matthew Haight at matthew.r.haight2.civ@army.mil or call 703-805-2242 for further details regarding the solicitation process.
    BPA - Fire fighting Equipment PSC 4210
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for fire fighting equipment under the PSC code 4210. This procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with a focus on positive past performance as a key evaluation criterion. The equipment is vital for ensuring effective fire protection capabilities within military operations. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or by October 31 for December awards, and can contact Rebecca Collins at rebecca.m.collins17.civ@us.navy.mil for further information.