DDSP FIRE DEPARTMENT PREVENATIVE AND CORRECTIVE MAINTENANCE; (4) VEHICLES, ANNUAL HOSE AND LADDER CERTS + 24/7 TOWING
ID: SP330025Q0148Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISTRIBUTIONNEW CUMBERLAND, PA, 17070-5008, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS (J042)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting quotes for preventative and corrective maintenance services for four fire department vehicles, including annual hose and ladder certifications and 24/7 towing support, under solicitation SP3300-25-Q-0148. The procurement aims to ensure reliable maintenance of essential firefighting equipment at DLA Distribution Susquehanna in Pennsylvania, with a total estimated contract value of $112,500 over a five-year period. This opportunity is critical for maintaining operational readiness and safety standards in fire service operations, adhering to National Fire Protection Agency guidelines. Interested vendors must submit their quotes by June 24, 2025, and can contact Brian Keckler at brian.keckler@dla.mil or 717-770-8418 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines critical instructions for acknowledging receipt of amendments related to a government solicitation or contract modification. Offers must be acknowledged before the specified deadline through either completion of designated items or by written communication referencing the relevant solicitation and amendment numbers. Failure to comply may lead to the rejection of the offer. The amendment specifies that the deadline for submitting quotes has been extended to July 2, 2025, at 1:00 PM EST. It emphasizes that all terms and conditions, unless altered by the amendment, remain in effect. The document is structured into clear sections, detailing procedures for submitting changes, identifying contract specifics, and providing contact information for the issuing office. Overall, this document serves to communicate important updates and requirements to contractors participating in federal procurement processes, ensuring clarity and compliance with federal regulations.
    The document outlines the procedures and requirements for acknowledging amendments to federal solicitations and contract modifications. It emphasizes the importance of acknowledging receipt of the amendment by the specified deadline to avoid the rejection of offers. Offerors may confirm receipt through designated methods, such as completing specific items on the form or via a separate communication. It also details the necessary information to include in amendments and modifications and states that the current project’s submission deadline has been extended to July 9, 2025, at 1:00 PM EST. Additionally, it specifies that even with modifications, all terms and conditions of the original documents remain unchanged and in effect. This document is part of the federal government’s processes for handling requests for proposals (RFPs) and contract management, ensuring that participants understand and comply with amendment protocols during bid submissions and contract alterations.
    This document serves as an amendment to a federal solicitation, specifically modifying the submission requirements for offers related to Contract ID SP3300-25-Q-0148. The key update is the extension of the deadline for submitting quotes to July 16, 2025, at 1:00 PM EST. Offerors must acknowledge receipt of this amendment to avoid rejection of their offers, which can be done through specified methods, including completing relevant items on the form or sending a letter or telegram that references the solicitation and amendment numbers. The amendment confirms that all other terms and conditions from the original solicitation remain unchanged. The document indicates procedural requirements for contractors and provides contact information for the issuing office. The structure follows a standard amendment format, outlining essential details and compliance options for bidders, which is common in government Request for Proposals (RFPs) and grants.
    The document is a formal amendment to a solicitation regarding the submission of offers for a federal contract. It outlines the acknowledgment process for the amendment, emphasizing the importance of timely receipt of responses to avoid offer rejection. Contractors can confirm receipt by completing specified parts of the document or sending a separate communication referencing the solicitation and amendment numbers. The deadline for submitting quotes has been extended to July 18, 2025, at 1:00 PM EST. The amendment includes critical details such as the contract ID, modification number, effective date, and administrative contact information. Overall, this amendment serves to communicate essential changes and maintain the clarity of the solicitation process, ensuring that all parties remain informed and compliant with the updated deadline and acknowledgment protocols.
    The file appears to be a technical notice regarding the inability to access specific content, suggesting that the user must upgrade their PDF viewer for proper display. It indicates that the document pertains to a government context, likely involving Requests for Proposals (RFPs), federal grants, and state or local RFPs. However, the lack of substantive content inhibits detailed analysis or summarization of the main topic, key ideas, or supporting details typically associated with RFPs. The purpose of such documents generally is to outline funding opportunities, project requirements, and criteria for proposal submissions, aiming to engage qualified vendors or organizations in government contracts or grants. Overall, without additional contents, it is not possible to extract or summarize specific information relevant to the topic of federal and state RFPs or grants.
    The document appears to be an inaccessible PDF file related to federal government Requests for Proposals (RFPs), federal grants, and state and local RFPs. Its main topic likely concerns the dissemination of information necessary for organizations seeking government funding or contracts, though specific content cannot be extracted due to display limitations. The importance of adapting to federal and state regulations is implied, as proposals and grants typically require adherence to certain guidelines. The document might include instructions for potential applicants regarding eligibility, submission processes, deadlines, and evaluation criteria. Overall, the file is intended to facilitate collaboration between government entities and prospective contractors or grant recipients, fostering economic growth and meeting community needs through effective project implementation.
    The Quality Assurance Surveillance Plan (QASP) outlines the maintenance services required for fire trucks and equipment at DLA Installation Support, Susquehanna, Pennsylvania. It serves as the Government's framework for quality assurance, ensuring that services provided by the contractor meet contractual obligations through both preventative and corrective maintenance. The document delineates the roles and responsibilities of key personnel, including the Contracting Officer, Acquisition Specialist, Contracting Officer’s Representative, and Evaluators, detailing their functions in managing and overseeing contractor performance. The QASP is designed as a living document, amendable with collaboration between the Government and Contractor, to measure the quality and timeliness of the services rendered. The quality assurance surveillance process adopts a structured, seven-step methodology for both scheduled and unscheduled performance checks, utilizing various surveillance methods such as direct observation and random sampling. All findings must be meticulously documented and reported, categorizing performance as Acceptable or Non-Acceptable. This rigorous oversight aims to ensure compliance with performance metrics and contractual compliance while aiming to address any non-conformance through Corrective Action Plans. Overall, the document underscores a commitment to maintaining high standards and accountability in fire truck maintenance services provided to the Government.
    This document outlines the assigned officers within the DLA Distribution J7 and Installation Management for an unspecified project. The key personnel involved include Chris Robinson as the Assigned KO, Brian Keckler as the Assigned AS, Paul Esposito as the Assigned COR, and Justin Martin as the Assigned TPOC. Each officer is associated with their respective organizations and email contact information, facilitating communication and coordination. The structured listing of roles and contacts suggests an organized approach to project management, ensuring that relevant stakeholders can be reached effectively. This framework is essential for the execution of federal RFPs and grants, highlighting the importance of clear lines of communication and collaboration among federal and local governance entities.
    The document details a Request for Proposal (RFP) from the Defense Logistics Agency (DLA) Susquehanna, Pennsylvania, focusing on the procurement of preventive and corrective maintenance services for four fire department vehicles, including hoses and ladders, as well as 24/7 towing support. The total estimated cost for the services is $112,500, segmented into a base year cost of $22,500. The contract outlines the following services: semi-annual preventive maintenance for the vehicles, annual maintenance for ladders and hoses, and corrective maintenance based on estimated service hours. Additionally, it covers replacement parts for corrective maintenance, with reimbursement limited to the actual cost without additional fees. The structure emphasizes a firm-fixed-price contract for the main equipment and a time-and-materials arrangement for maintenance and parts. This RFP illustrates the government's procurement process for essential fire safety services and equipment, aligning with standards set forth in federal regulations. Overall, it reflects the streamlined approach to ensuring fire safety efficacy within government operations.
    The Statement of Work (SOW) outlines the requirements for maintenance services and 24/7 towing for fire department vehicles, ladders, and hose equipment at the Defense Distribution Center in Susquehanna, PA. The contractor is responsible for providing preventative (PM) and corrective maintenance (CM) services, including systematic inspections, repairs, and adherence to National Fire Protection Agency (NFPA) guidelines. PM is scheduled biannually or according to manufacturers’ recommendations, while CM addresses unscheduled repairs as directed by the government. The contractor must comply with all regulatory requirements and maintain communication with the designated government point of contact (POC) for scheduling and approvals. The SOW specifies rigorous standards for the quality of parts used, safety measures, and environmental compliance in handling hazardous materials. A contract manager must oversee all operations, ensuring contractor personnel are certified and compliant with security requirements at the installation. Invoicing guidelines and performance expectations, including response times for maintenance requests, are also clearly defined. Overall, the document serves as a comprehensive framework for ensuring the operational capability of emergency equipment through structured maintenance while prioritizing safety and regulatory compliance.
    The document presents an Equipment List detailing various firefighting apparatuses assigned to specific units, likely prepared for federal or state grant proposals or procurement requests. It outlines four primary vehicles: a 2004 KME Excel Pumper Truck and a 2010 KME Pumper Truck assigned to Engine 69, a 2013 KME Response Truck for Rescue 69, and a 2013 Pierce Arrow-XT95' Aerial Ladder Truck for Truck 69. Additionally, there are 500 feet of ladders included in the equipment inventory. Each entry includes the year of manufacture, equipment name and description, unit designation, and VIN/serial numbers for inventory and tracking purposes. This list supports the acquisition or funding process by offering a clear outline of existing equipment and resources available for fire service operations, aligning with requirements of government RFPs and grant guidelines.
    The document outlines the Wage Determination No. 2015-4245 issued by the U.S. Department of Labor, providing wage rates and fringe benefits for workers under the Service Contract Act in Pennsylvania, particularly in York County. It specifies minimum wage requirements based on Executive Orders 14026 and 13658, mandating a minimum of $17.75 or $13.30 per hour for covered workers based on contract terms. The document lists various occupations with corresponding wages and indicates fringe benefits, including health and welfare, vacation, and paid holidays. Moreover, it explains the conformance process for unlisted occupations, emphasizing the contractor's obligation to provide specified pay rates for all employees engaged in contract work. Additional requirements for paid sick leave and uniform allowances are also detailed, emphasizing adherence to state regulations and federal standards. Overall, the document serves as a critical reference for contractors to ensure compliance with labor laws, outlining minimum compensation levels and expectations for worker treatment in Federal contracts, thereby contributing to fair labor practices in government contracting.
    The Defense Logistics Agency (DLA) is soliciting quotes for preventative and corrective maintenance services for its fire department's four vehicles, including annual hose and ladder certifications and 24/7 towing support, under solicitation SP3300-25-Q-0148. This Request for Quote (RFQ) outlines a firm-fixed price and time & materials contract aimed at ensuring reliable fire safety equipment maintenance for DLA Distribution Susquehanna in Pennsylvania. The solicitation is open to all vendors within a 30-mile radius of the site, with a closing date for responses set for June 24, 2025. The period of performance spans five years across an optional structure, beginning August 1, 2025, with provisions for various clauses from the Federal Acquisition Regulations (FAR) and the Defense Federal Acquisition Regulation Supplement (DFARS) governing compliance and operational standards. Key requirements include electronic invoicing via the Wide Area Workflow (WAWF) system, organizational conflict of interest clauses, and stipulations regarding proprietary information. Vendors must ensure all submissions are compliant with established guidelines and are prepared to adhere to terms related to project delivery and evaluation.
    Similar Opportunities
    42--EXTINGUISHER,FIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 100 fire extinguishers (NSN 4210011749474) under a Combined Synopsis/Solicitation notice. The extinguishers are critical for fire safety and rescue operations, emphasizing the importance of reliable safety equipment for military and defense personnel. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and quotes must be submitted by the specified deadline, with delivery expected within 393 days after order placement.
    42--PROPORTIONER,FOAM L
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two units of the Proportioner, Foam L, under solicitation number 4210015876480. This procurement is critical for fire, rescue, and safety operations, as the Proportioner is essential for effective foam application in emergency situations. The solicitation is set aside for small businesses, and all responsible sources are encouraged to submit their quotes electronically, as hard copies will not be provided. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, with quotes due within 167 days after the award date.
    Fire Extinguisher
    Dept Of Defense
    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.
    42--EXTINGUISHER,FIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of fire extinguishers, specifically NSN 4210015205525. The requirement includes the delivery of 25 units and 50 units to DLA Distribution Albany, with a delivery timeline of 68 days after order placement. Fire extinguishers are critical for safety and emergency response in various military and civilian applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    25--LADDER,VEHICLE BOAR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 24 units of a vehicle board ladder, identified by NSN 2541016787105. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of three. The ladders will be utilized for vehicular equipment components, highlighting their importance in military logistics and operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    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.
    Vehicles Parts
    Dept Of Defense
    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.
    31-5006 Used Firefighting Truck Camp Lemonnier, DJI
    Dept Of Defense
    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.
    49--MAINTENANCE KIT,VEH
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Maintenance Kit for vehicles, specifically NSN 4910015764586. The requirement includes a quantity of 15 kits to be delivered to DLA Distribution Red River within 154 days after the order is placed, with the approved source being 75Q65 3849071. These maintenance kits are crucial for the upkeep and operational readiness of military armored vehicles and components. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    28--VALVE,INJECTOR,PUMP
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 403 units of the Valve, Injector, Pump (NSN 2815011796099). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, aimed at fulfilling the needs for engine components critical to military operations. The contract will guarantee a minimum quantity of 60 units, with an estimated total of 10 orders per year, and deliveries will be made to various CONUS and OCONUS DLA depots. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The total funding amount for this procurement is capped at $350,000.