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.