ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
ID: 140FS226Q0008Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

All Other Plastics Product Manufacturing (326199)

PSC

STORAGE TANKS (5430)

Set Aside

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

    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide and install a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wetland Management District in North Dakota. The procurement includes specific requirements such as a pump package with various components, compliance with NFPA standards, and a completion timeframe of nine to twelve months post-award. This opportunity is crucial for enhancing firefighting capabilities in the region, ensuring that the fire truck is equipped with the necessary tools for effective emergency response. Interested vendors must submit their quotes by December 22, 2025, at 5:00 pm EST, to Khalilah Brown at khalilah_brown@fws.gov, with evaluations based on technical expertise and past performance.

    Point(s) of Contact
    Brown, Khalilah
    (571) 547-3407
    (000) 000-0000
    khalilah_brown@fws.gov
    Files
    Title
    Posted
    The U.S. Fish and Wildlife, North Dakota Fire Zone, requires a Standard Model 52 pump package, or equivalent, for a 2025 Ford F550 crew cab chassis. The package must include a 300-gallon poly tank with an 8-gallon foam reserve, a BB-04 pump, a 23 HP motor, a Hannay hose reel, stainless steel piping, a 5-gallon gas tank, and various storage compartments. Additional requirements include a front bumper/grill guard with a 20,000 lbs winch, NFPA 1906 compliant LED emergency lighting (red/white) with 360-degree visibility, a PA system, and independently controlled work lights. The color scheme specifies Oxford White for the slip-on package and gloss black for metal parts, with a 3-year paint warranty. A Troy Products Ford F550 center console with auxiliary switches, power sources, radio mounting panels, cup holders, and a map light is also required. The completed apparatus must undergo an NFPA Standard 1906 pumping test. The government will drop off and pick up the truck, with a 120-day completion timeframe post-award. Jason Wagner is the technical point of contact.
    Amendment 001 to solicitation 140FS226Q0008 seeks to clarify the Statement of Work (SOW) and address questions for the purchase and installation of a 300-gallon poly water tank on an existing 2025 Ford F550 fire truck for the U.S. Fish and Wildlife Service/Devils Lake WMD. Key clarifications include an acceptable completion timeframe of nine to twelve months, the offeror's responsibility to supply a flatbed body, confirmation of a 60" CA chassis application, and the acceptance of aluminum construction for compartments and platform body. This is a 100% Total Small Business set-aside, resulting in a firm-fixed-price contract. Quotes must be submitted by December 22, 2025, at 5:00 pm EST, via email to khalilah_brown@fws.gov, and should include total cost, installation cost, warranty terms, and estimated completion date. Evaluation will be based on Best Value, considering technical expertise, ability to meet SOW requirements, competitive timeframe, and past performance. The period of performance is from January 5, 2026, to July 1, 2026.
    This document is a Request for Quote (RFQ) for the purchase and installation of a 300-gallon poly water tank and a Standard Model 52 Pump Package for an existing 2025 Ford F550 Government-owned fire truck at the U.S. Fish and Wildlife Service/Devils Lake WMD in Devils Lake, ND. The acquisition is a 100% Total Small Business set-aside, resulting in a firm-fixed-price contract. Quotes must be submitted by December 22, 2025, at 5:00 pm EST, and will be evaluated based on Best Value, considering technical expertise, ability to meet requirements, completion timeframe, and past performance. The document outlines contract clauses, payment information via the Invoice Processing Platform (IPP), and various federal acquisition regulations (FAR clauses) that apply to the contract. Key contacts for the solicitation are Khalilah Brown (Contract Specialist), Caleb Kindsvater (Contracting Officer), and Jason Wagner (Technical POC).
    Lifecycle
    Title
    Type
    Similar Opportunities
    54--NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the procurement of eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. These tanks must match existing models and meet specific requirements, including features such as a 22-inch screw lid, internal supports, and compliance with ANSI/NSF 61 for potable water. The tanks will be utilized to store potable water for wildlife in drought-prone areas, emphasizing their importance in supporting local ecosystems. Interested small businesses must submit their quotes by December 22, 2025, at 5:00 pm EST, with the contract period of performance set from December 29, 2025, to February 16, 2026. For inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Skidder w/ sprayer, North Florida Refuge Complex
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Water truck
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    400-Gallon Water Tanker Trailers
    Buyer not available
    The General Services Administration (GSA) is soliciting quotes for the procurement of twenty (20) 400-gallon water tanker trailers on behalf of the Department of Navy. These trailers must meet stringent Military and Society of American Engineer standards, featuring a 304L stainless steel tank, robust suspension, and capabilities for air transport, ensuring they are suitable for both tactical and commercial use. Interested vendors must submit their quotes electronically by December 12, 2025, and direct any questions by December 9, 2025, to the primary contact, John E. (Ed) Hodges, at john.hodges@gsa.gov. This opportunity is set aside for small businesses, and all submissions must comply with the requirements outlined in the attached documents.
    MN VALLEY DEBRIS BLOWER
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the procurement of a debris blower for the Minnesota Valley National Wildlife Refuge. The required debris blower must feature a 24.6 hp gas engine, a high-efficiency axial flow fan, and a handheld wireless RF controller, among other specifications, with a delivery date set for March 1, 2026. This equipment is crucial for maintaining the refuge's landscape and ensuring the health of its ecosystems. Interested small businesses must submit their quotations by December 22, 2025, to Jeremy Riva at jeremyriva@fws.gov, with the award based on best value considerations including specifications compliance, past experience, and price.
    Heli-Well Tank
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking to procure a new metal rectangular water storage tank, known as a Heli-well, for wildland fire suppression efforts. This procurement aims to acquire a large-capacity, leak-proof, and transportable steel tank that facilitates water-dipping for helicopters and provides bottom drafting options for fire engines, ensuring effective firefighting capabilities. The tank must meet specific dimensions of 10ft W x 15ft L x 10ft D and include features such as an open top, two 4-inch NH pipe thread ports for filling, and corrosion-preventative paint. Interested small businesses must submit their technical and price proposals via email to Chris Wissen at christopher.wissen@usda.gov by the specified deadline, with evaluations based on pricing, warranty, delivery timeframe, and overall value to the government.
    Y--AK SAIC ANCHORAGE HYDRATION STATION
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the installation, ensuring compliance with local building codes and federal regulations, with a construction magnitude of less than $25,000. This installation is crucial for enhancing operational efficiency and ensuring access to hydration for personnel at the facility. Interested small businesses must acknowledge receipt of amendments and submit proposals by the specified deadlines, with the completion date for the project set for January 23, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
    ME GREEN LAKE NFH CONVAULT TANK
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of an above-ground diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank on an existing concrete pad, and reconnection of supply lines and equipment for an emergency generator. This upgrade is crucial for maintaining safe and compliant operations at the hatchery, which will continue during the project, necessitating careful coordination with the hatchery's point of contact. Interested contractors should note that the estimated construction cost ranges from $25,000 to $100,000, with a firm-fixed-price contract anticipated to be awarded in July 2025. A site visit is scheduled for January 7, 2026, and all questions must be submitted by January 8, 2026. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    BIA Exclusive Use Amphibious Single Engine Scooper
    Buyer not available
    The Department of the Interior is seeking proposals for exclusive use amphibious single-engine scooper flight services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, identified by Solicitation Number 140D0425R0098, will provide essential aerial firefighting capabilities during a specified 60-day period each year from April 14 to June 12, spanning from 2026 to 2031. This procurement is critical for effective fire suppression efforts, requiring contractors to meet stringent aircraft specifications and personnel qualifications, including compliance with FAA regulations. Interested parties must submit their proposals by December 29, 2025, at 10:00 AM PST, with a maximum contract value of $10 million. For further inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.