Brand-New Fire trucks (Right-hand Drive)
ID: FA520925Q0064Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5209 374 CONS PKAPO, AP, 96328-5228, USA

NAICS

Heavy Duty Truck Manufacturing (336120)

PSC

FIRE FIGHTING EQUIPMENT (4210)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting bids for the procurement of brand-new right-hand drive fire trucks, specifically designed for use in Japan. The contract requires compliance with Japanese Motor Vehicle Safety Standards and includes specifications for a structural pumper capable of accommodating at least five personnel, with a minimum discharge capacity of 1,250 GPM and a 750-gallon water tank. These fire trucks are critical for ensuring effective emergency response capabilities at U.S. military installations in Japan, including Camp Zama and Camp Foster. Interested vendors must submit their offers by September 12, 2025, and can direct inquiries to Akane Jukurogi at akane.jukurogi.jp@us.af.mil or by phone at 814-255-16120.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines mandatory characteristics for four structural firefighting pumpers (fire trucks) for the US Army Garrison Japan. These high-roof, right-hand drive diesel trucks must accommodate five personnel, weigh a maximum of 34,392 lbs, and feature a 1,000 GPM fire pump, 750-gallon water tank, and 40-gallon foam tank. Key specifications cover vehicle dimensions, a 300 HP engine, 24V electrical system with LED lighting, automatic transmission, air brakes, and power steering. The trucks must comply with Japanese safety standards and include advanced features like a remote-controlled turret monitor, extensive equipment compartments, and an in-cab intercom system. Delivery is to Camp Zama, Japan, with all transportation costs covered by the contractor.
    This document outlines specifications for the procurement of structural firefighting pumpers, specifically delineating the characteristics required for diesel-driven fire trucks aimed at firefighting operations. It specifies the need for a right-hand drive vehicle with an automatic transmission, a gross vehicle weight of up to 34,392 lbs, and a minimum water discharge capacity of 1,000 GPM. The trucks must include features like a 750-gallon water tank, a foam liquid tank, and multiple hose beds. The vehicle's components must comply with Japanese Motor Vehicle Safety Standards and include advanced safety, electrical, and operational features. Furthermore, a comprehensive list of required equipment and accessories, such as suction hoses, nozzles, and lights, is specified along with design features to accommodate firefighting operations efficiently. The document serves to inform potential suppliers of the critical operational capabilities and safety standards the fire trucks must meet, ensuring reliability in emergency situations. This solicitation demonstrates the government’s commitment to enhancing public safety through robust fire service capabilities.
    The U.S. Marine Corps Fire and Emergency Services (MCFES) has issued detailed technical specifications for Right Hand Drive Structural Pumpers, intended as a federal government Request for Proposal (RFP). These specifications mandate a cab-over, four-door chassis with right-hand drive, seating for at least five, a single rear axle, and a maximum gross vehicle weight rating of 34,227 pounds. The fire truck must feature a right-hand controlled midship-mounted single-stage fire pump with a minimum capacity of 1,250 GPM, a 750-gallon water tank, three transverse hose beds, and a rear main supply hose bed. All components and accessories must be standard commercial items meeting or exceeding the specified requirements, with no deviations allowed. The document emphasizes compliance with Japanese Motor Vehicle Safety Standards and NFPA standards, requiring detailed engineering drawings, pre-construction conferences, and multiple inspections, including road and pump tests. Key features detailed include engine performance (minimum 320 HP diesel), fuel tank capacity, electrical systems (24V, LED lighting), braking systems (full-air, ABS), a five-person crew cab with SCBA-compatible seating, and comprehensive safety and operational controls. The RFP also specifies requirements for equipment compartments, a turret monitor, hose beds, and a fire pump operator’s control panel with bilingual labeling (English and Japanese) for all instruments and controls.
    The U.S. Marine Corps Fire and Emergency Services (MARINE CORPS FIRE) has issued a request for proposal (RFP) detailing technical specifications for a Right Hand Drive Structural Pumper. This pumper fire apparatus must be a cab-over, four-door commercial or custom chassis with a diesel engine, automatic transmission, and right-hand drive, capable of seating at least five personnel. Key specifications include a maximum gross vehicle weight rating of 34,227 pounds, a midship-mounted single-stage fire pump with a minimum discharge capacity of 1,250 GPM, and a 750-gallon water tank. The vehicle must comply with Japanese Motor Vehicle Safety Standards and NFPA standards. The document outlines extensive requirements for components such as the engine (minimum 320 HP), fuel tank (minimum 130 liters), electrical system (24V, LED lighting), brakes (full-air, ABS), and a five-person crew cab with specific seating configurations and safety features. The RFP also details the fire pump operator's control panel layout, various suction and discharge connections, three transverse hose beds, and a main hose bed. All proposals must include detailed engineering drawings and are subject to pre-construction and final inspections by Marine Corps Fire personnel, with strict adherence to all specified requirements to be considered for award.
    The Department of the Air Force's 374th Airlift Wing issued Solicitation FA520925Q0064 for brand-new fire trucks. This notice supplements the solicitation, providing key information for prospective offerors. It details contact information for the Contract Specialist, AKANE JUKUROGI (042-551-6120, akane.jukurogi.jp@us.af.mil), and Contracting Officer, GARY S. SCULLIN (042-551-6120, gary.scullin1@us.af.mil), for inquiries, requesting that questions be submitted by COB 20 Aug 25. The document also highlights clauses incorporated by reference, accessible at Acquisition.Gov. Offerors must provide their CAGE/NCAGE code, register with the System for Award Management (SAM) prior to award, and be aware of a ¥735 transaction fee for Electronic Funds Transfer (EFT) to Japanese bank accounts, which the U.S. Government will not cover.
    The provided government file, likely an exhibit from a federal Request for Proposal (RFP) or grant document, outlines pricing details for fire trucks at specific locations: Camp Zama and Camp Foster. The document is structured as a pricing exhibit with CLINs (Contract Line Item Numbers) and includes columns for Product, Unit Price, and Quantity. It also indicates that additional options, such as electronic options and Service Warranty packages (including inspection and preventive maintenance), should be listed separately. Crucially, these additional options will not be considered part of the Basis of Award, as per FAR Clause 52.212-2, suggesting they are supplemental but not determinative for contractor selection. The exhibit is open to more entries, indicating a potentially extensive procurement or offering.
    This government file details vendor questions and government responses regarding various specifications for fire trucks, likely for federal, state, and local RFPs. Key discussions include the acceptability of submitting offers without all line-item prices, modifications to cab construction for access, and requests for alternative seat types and monitoring systems. Vendors also questioned requirements for multi-color LED water level indicators, specific turret monitors, and analog pump operator panels due to manufacturing limitations and previous deliveries. Other points addressed include magnetic drain plugs, radio noise suppressors (ECE R10 compliance is acceptable), horn length, tire specifications, and brake types. The government's responses often maintain the original requirements, suggest alternatives, or accept changes if demonstrably supported by industry standards or prior agreements. Several vendor statements were not responded to due to concerns about providing an unfair competitive advantage, emphasizing the vendor's responsibility to meet SOW requirements.
    This government solicitation, FA520925Q0064, outlines the procurement of brand-new fire trucks for the U.S. Army at Camp Zama (4 units) and the Marine Corps at Camp Foster (5 units) in Japan. The contract is a firm-fixed-price agreement, with a delivery schedule of 600 calendar days from the date of award. Key aspects include detailed instructions for electronic payment via Wide Area WorkFlow (WAWF), specific clauses regarding tax exemptions and conciliation procedures under the U.S.-Japan Status of Forces Agreement, and requirements for Item Unique Identification (IUID) for delivered items. The solicitation also incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, covering areas such as small business utilization, anti-trafficking measures, and transportation of supplies by sea using U.S.-flag vessels, emphasizing compliance and accountability for contractors.
    This document is Amendment 0001 to Solicitation FA520925Q0064, issued by FA5209 374 CONS PK on August 28, 2025. The primary purpose of this amendment is to update the Statement of Work (SOW) and attach a Questions and Answers (Q&A) document. Consequently, the solicitation's closing date for offers has been extended from September 3, 2025, to September 12, 2025, at 11:00 AM. Offerors must acknowledge this amendment to ensure their offers are not rejected. The amendment replaces the original “MARINE SOW” attachment with “MARINE SOW Amend 1” and adds a “Q and A” attachment. All other terms and conditions of the original solicitation remain unchanged. This modification ensures that potential contractors have the most current information and allows additional time for response.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Water truck
    Dept Of Defense
    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.
    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.
    FY26 PROCUREMENT OF AERIAL PLATFORM 36M FOR NAVFAC FE, YOKOSUKA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Far East, is seeking proposals for the procurement of two 36-meter aerial platforms for use at NAVFAC, Yokosuka, Japan. The platforms must be self-propelled, wheel-mounted, diesel engine-driven, and meet specific mandatory characteristics, including a minimum platform loading capacity of 450 kg, compliance with JIS or ISO standards, and various safety and operational features. This procurement is critical for supporting operations at the U.S. Navy base in Yokosuka, ensuring that the necessary equipment is available for maintenance and operational tasks. Interested contractors must submit their bids by December 23, 2025, at 2:00 PM Japan Standard Time, and can direct inquiries to Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil.
    Firefighting Vehicles North Macedonia
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking information from potential vendors regarding the procurement of firefighting vehicles for local fire departments in North Macedonia. The requirements include a pickup truck with a double cabin designed for 1+4 passengers and cargo, featuring an integrated fire extinguishing system, a 1200-liter tank, and a minimum 110kW Euro diesel engine, as well as an ATV quadricycle equipped with a medium-pressure pump and a 400-liter water tank. This initiative aims to enhance firefighting capabilities in the municipalities of Sveti Nikole and Kavadarci, emphasizing the need for robust and multifunctional equipment for effective fire suppression operations. Interested vendors should submit their statements to Melissa McDaniel or Judy I.-P. Biboum via the provided email addresses, including relevant company information and the subject line "North Macedonia Firefighting Vehicles." This request for information is for planning purposes only and does not guarantee a future contract.
    FY26 PROCUREMENT OF AN AERIAL PLATFORM 20M FOR NAVFAC FE
    Dept Of Defense
    The Department of Defense, through NAVFAC Far East, is soliciting proposals for the procurement of one self-propelled, wheel-mounted, diesel engine-driven telescopic boom aerial platform with a minimum working height of 20 meters for use at Commander Fleet Activities Yokosuka, Japan. The platform must meet specific mandatory characteristics, including a platform capacity of at least 250 kg, compliance with JIS or ISO standards, and various safety and operational features, with delivery required within 600 calendar days from the award date. This procurement is particularly significant as it supports the operational capabilities of the U.S. Navy in the region. Interested vendors, especially Women-Owned Small Businesses, must submit their quotes in Japanese Yen by January 19, 2026, and are encouraged to direct inquiries to primary contact Yuka Yabuta at yuka.yabuta.ln@us.navy.mil or secondary contact Amanda Jo at amanda.jo.civ@us.navy.mil.
    400-Gallon Water Tanker Trailers
    General Services Administration
    The General Services Administration (GSA) is seeking quotations for twenty (20) 400-gallon water tanker trailers as part of a small business set-aside procurement. These trailers are intended to replace aging equipment for the Department of Navy and must meet stringent Military and Society of American Engineer standards for both tactical and commercial use. The procurement emphasizes the importance of robust design features, including a 304L stainless steel tank and all-terrain capabilities, ensuring compatibility with various military and civilian tractors. Quotations are due by December 31, 2025, at 1:00 PM EST, and must be submitted electronically to John E. Hodges at john.hodges@gsa.gov. Interested vendors should also note that questions regarding the RFQ must be submitted by December 17, 2025.
    Request For Information - Tire Fire Suppression Bottle
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking information from qualified firms regarding the procurement of Tire Fire Suppression Bottles for the Stryker Family of Vehicles. The objective is to acquire between 1,200 and 1,800 units of these bottles, which are critical for extinguishing tire fires on military vehicles, thereby ensuring crew safety and maintaining operational readiness in high-risk environments. Interested firms are required to respond to this Request for Information (RFI) by completing the attached workbook, which includes detailed specifications and requirements for the bottles, and submitting their responses by January 16, 2026, at 2:00 PM Eastern Standard Time. For further inquiries, firms may contact Taylor Ferguson at Taylor.D.Ferguson10.civ@army.mil or Marta Furman at marta.furman.civ@army.mil.
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Interior, Department Of The
    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 khalilahbrown@fws.gov, with evaluations based on technical expertise and past performance.
    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.
    Mobile Gantry Crane
    Dept Of Defense
    The Department of Defense, specifically the 35th Contracting Squadron at Misawa Air Base, Japan, is seeking quotations for a Mobile Gantry Crane with a minimum capacity of 10 tons. The procurement requires the crane to meet specific technical specifications, including dimensions, safety features, and a powered hoist, with direct delivery to Misawa Air Base expected within 45 days after receipt of order. This equipment is crucial for operational efficiency at the airbase, and the solicitation is open to all qualified vendors, with quotes due by December 17, 2025, at 10:00 AM EST. Interested parties should contact Katie Kershaw or Kade Forrester for further details and clarification.