FIRE TRUCK MAINTENANCE
ID: PANMCC-24-P-0000-014639Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BELVOIRFORT BELVOIR, VA, 22060-5116, USA

NAICS

General Automotive Repair (811111)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- VEHICULAR EQUIPMENT COMPONENTS (J025)

Set Aside

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

    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.

    Files
    Title
    Posted
    This Performance Work Statement outlines the requirements for a contractor to provide fire emergency vehicle maintenance services for Joint Base Myer-Henderson Hall (JBMHH) Logistics Readiness Center. The services include annual preventive maintenance, warranty repairs, and technical support for various fire apparatus and other government-owned vehicles. The contract will be a Firm-Fixed Price Blanket Purchase Agreement for a 12-month base year and four 12-month option years, plus a six-month extension. Key responsibilities include quality control, adherence to federal holidays, operating within 25 miles of JBMHH, maintaining specific insurance, and ensuring personnel possess certifications like ASE and EVT. The PWS details extensive inspection and maintenance tasks covering vehicle components, HVAC, body repair, technical inspections, and allied trades. The contractor must provide all necessary personnel, equipment, tools, and materials, while adhering to applicable publications and regulations, including NFPA standards and Army regulations.
    This Sources Sought Notice from MICC – Fort Belvoir seeks market research information from businesses capable of providing unscheduled preventive services and repairs for fire trucks and emergency vehicles at Joint Base Myer-Henderson Hall Logistics Readiness Center. The requirement includes all personnel, equipment, tools, materials, supervision, and non-personal services, as well as repair parts and technical support. The objective is to obtain repair parts and perform services on various fire vehicle apparatuses, primarily those manufactured by Pierce Manufacturing, Inc. Interested contractors must be authorized Pierce Manufacturing, Inc., Maintenance and Repair Services Dealers. The anticipated NAICS code is 811111 General Automotive Repair ($9M size standard). Responses are due by September 5, 2025, at 12:00 p.m. Eastern Time, via email to Donald R. Randles and Denese Y. Henson. Required information includes firm details, interest in competing as a prime contractor, previous experience, commercial availability, recommendations for structuring contract requirements to facilitate small business competition, and any restrictions on competition.
    Lifecycle
    Title
    Type
    FIRE TRUCK MAINTENANCE
    Currently viewing
    Sources Sought
    Similar Opportunities
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    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.
    Blanket Purchase Agreement (BPA) for Cummins Power Parts
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking proposals for a Blanket Purchase Agreement (BPA) specifically for Cummins Power Parts, with a focus on brand-name items only. This procurement is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 333618, which pertains to Other Engine Equipment Manufacturing. The goods are essential for maintaining operational readiness and efficiency within military operations. Interested vendors should direct their inquiries to Melvina McNeill at melvina.l.mcneill.civ@mail.mil or by phone at 703-545-9495, with the exact address for performance to be provided upon award.
    Seattle VA Portable Fire Extinguisher Maintenance Service
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor to provide comprehensive maintenance services for approximately 1,500 portable fire extinguishers at the VA Puget Sound Health Care System facilities located in Seattle, American Lake, and Magnolia. The procurement includes monthly, annual, and six-year inspections, as well as a 12-year hydrostatic test swap-out program, ensuring compliance with NFPA 10, TJC, OSHA, and VA directives. This contract is crucial for maintaining safety standards within the facilities, and it has a base period from January 15, 2026, to January 14, 2027, with four one-year option periods extending through January 14, 2031. Interested parties should contact Michael J Borelli at Michael.Borelli@va.gov, and note that the response deadline has been extended to December 16, 2025.
    J035--Mobile Medical Unit Paint, Body and Mechanical Repairs
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide paint, body, and mechanical repairs for a Mobile Medical Unit (MMU-02) that serves rural and underserved Veterans. The procurement includes extensive repairs such as corrosion treatment, painting, undercarriage undercoating, vinyl wrap removal, tire and battery replacement, and maintenance services for the A/C and generator, all to be completed within a 40-mile radius of the Martinsburg VA Medical Center in West Virginia. This initiative is crucial for maintaining the operational integrity of the MMU, which delivers essential healthcare services to communities in need. Interested parties must submit their responses, including company information and estimated pricing, by December 9, 2025, at 11:00 AM EST, to Melissa Chanduvi Holmes at Melissa.chanduviHolmes@va.gov.
    MFR Wash Rack Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    Vehicles Parts
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.
    MI-MARQUETTE BS-TRUCK REPAIR
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking proposals for vehicle repair services for a government-owned 2024 Chevy 2500 Ext. Cab 4x4 involved in an accident at the Marquette Biological Station. The contractor will be responsible for restoring the vehicle, which includes repairs to various components such as the cab, side impact sensors, rear door, and conducting complete vehicle diagnostic testing. This procurement is crucial for maintaining the operational readiness of government vehicles used in wildlife service activities. Interested contractors must submit their quotations by December 8, 2025, at 10 AM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289. The contract period will extend from the award date through June 30, 2026.
    Troop Appliance Maintenance and Repair (TAMR)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM) in Washington. This non-personal services contract requires the contractor to provide periodic maintenance and repair of appliances, installation, connection, disconnection, and cleaning of dryer ducts and vent systems for Unaccompanied Housing facilities. The contract, valued at up to $19 million, is set to run from November 1, 2025, to March 31, 2030, and is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside. Interested parties must submit their proposals electronically by December 12, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    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.