42--Sources Sought- Wildland Engine Upgrade Beale AFB
ID: 140D0425Q0682Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Heavy Duty Truck Manufacturing (336120)

PSC

FIRE FIGHTING EQUIPMENT (4210)
Timeline
    Description

    The Department of the Interior is seeking qualified vendors to provide services for the upgrade of two existing Ford F-550 Super Duty trucks into Type 6 Wildland Light Engines at Beale Air Force Base. The procurement involves the acquisition, installation, and incidental services related to firefighting equipment, including pumps, generators, hoses, and control panels, to enhance the trucks' firefighting capabilities. This initiative is crucial for improving wildfire response efforts and ensuring compliance with safety standards, thereby supporting effective firefighting operations. Interested parties must submit their responses, including company details and feedback on the draft Performance Work Statement, to Contracting Officer Nicole Johnson via email by August 7, 2025. For further inquiries, she can be reached at nicole_johnson@ibc.doi.gov or by phone at 571-560-6810.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Request for Proposal (RFP) for constructing two wildland fire vehicles by the Air Force Wildland Fire Branch (AFWFB). The contract focuses on the installation of firefighting equipment onto existing Ford F-550 Super Duty chassis provided by the AFWFB. It details technical specifications including the apparatus's components, performance standards, and rigorous testing for compliance with Federal Motor Vehicle Safety Standards and National Fire Protection Association guidelines. Key sections cover general requirements for design, workmanship, and inspections, ensuring that the vehicles are capable of handling severe road conditions and enhancing firefighting capabilities. The warranty provisions highlight coverage for workmanship defects and component malfunctions, along with specific warranties for critical parts such as the tank and valves. The document emphasizes the importance of quality construction and safety features, including noise exposure limits for the vehicle cabin and accessibility for maintenance. The timeline for delivery is set within 180-270 days after the order, with stringent inspection processes before final acceptance. Overall, this RFP reflects the government's commitment to providing effective firefighting resources through meticulously specified standards and requirements.
    The U.S. Department of the Interior has issued a Sources Sought Notice on behalf of the Air Force Civil Engineering Command (AFCEC) for potential vendors to provide services related to the Type 6 Wildland Light Engine Upgrade, with responses due by August 7, 2025. This notice aims to identify qualified sources to assist in fulfilling the requirements described in the attached draft Performance Work Statement (PWS). It emphasizes that participation is voluntary, and submitting information does not guarantee a contract. Respondents must submit their information via email to the designated Contracting Officer, Nicole Johnson, and include a cover sheet with essential company details and their socio-economic status in relation to NAICS code 336120. The submission should be 20 pages or less and include questions, feedback, and comments on the draft PWS. The purpose of this notice is to engage industry experts to refine the government's proposal, improve the service provided to end users, and ultimately reduce taxpayer costs. The document outlines guidelines for submission, marking proprietary information, and response acknowledgment while underscoring that no unsolicited proposals will be entertained.
    This document is an amendment to a solicitation or contract (No. 140D0425Q0682) issued by the Acquisition Services Directorate of the Interior Business Center. The amendment outlines the protocol for acknowledgment of the amendment by contractors, emphasizing that failure to acknowledge receipt before a specified deadline may result in rejection of offers. The amendment extends the period of performance for the contract from August 4, 2025, to August 7, 2025. It is crucial for contractors to respond via specified methods, which include returning amended offer copies or electronic communication referencing the relevant solicitation. Additionally, the document covers administrative changes pertaining to the modification of existing contracts or purchase orders. Overall, it reflects standard procedures within federal procurement, ensuring compliance with amendments and facilitating the management of contracts and offers.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FIRE TRUCK MAINTENANCE
    Buyer not available
    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.
    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.
    Motor Vehicle Operationalize RFI
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking information through a Request for Information (RFI) regarding motor vehicle operationalization (upfitting) services for law enforcement vehicles. The objective is to gather insights from industry experts on commercially available upfit options that align with CBP's specialized law enforcement operations, which include the integration of essential equipment such as lights, sirens, communication systems, and weapon storage. This initiative is crucial for enhancing the acquisition strategy and improving the efficiency and safety of law enforcement vehicle transformations. Interested vendors are invited to submit their responses by December 12, 2025, at 5:00 PM EDT, and can direct inquiries to Antwanette R. Boone-Murphy or Lloyd A. Burton via the provided contact information.
    BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Buyer not available
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, which is set aside for small businesses, will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated operational period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific performance capabilities and qualified personnel. Interested parties must submit their proposals by December 30, 2025, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    TWO ATVS FOR IFD LE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    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.
    F550 Retrofitting
    Buyer not available
    The United States Secret Service (USSS) is conducting a Request for Information (RFI) to identify potential vendors for retrofitting F-550 Ford Super Duty vehicles into Mobile Command Vehicles. The retrofit will involve significant modifications, including the installation of a rear conference room, upgraded HVAC systems, leveling jacks, a telescopic mast with a camera system, enhanced emergency lighting, and a comprehensive communication and computer network system. This initiative is crucial for enhancing operational capabilities during protective and investigative missions. Interested parties are encouraged to submit their responses by December 30, 2025, and may contact Aisha Collins or Jade Gaston via email for further inquiries.
    V--Industry Day - Air Tactical Group Supervision
    Buyer not available
    The Department of the Interior (DOI), through its Acquisition Services Directorate, is hosting an Industry Day to gather information from qualified vendors for the Air Tactical Group Supervisor (ATGS) mission in wildland fire fighting. This event aims to facilitate market research and industry engagement for a new 10-year Multiple Award Contract, which will replace existing single-award contracts, and will cover essential services such as aerial fire reconnaissance and law enforcement surveillance. The Industry Day is scheduled for November 18, 2025, from 8:00 AM to 12:00 PM (MST) at the Best Western Vista Inn at the Airport in Boise, Idaho, with one-on-one meetings available from November 18-20, 2025. Interested parties must RSVP by November 7, 2025, and submit any questions or comments regarding the draft specifications by November 12, 2025, to Angelina Clements at angelinaclements@ibc.doi.gov.
    Polaris Snowmobile Sierra NF
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of a 2025 Polaris Ranger Crew XP 1000 snowmobile for the Sierra National Forest Bass Lake Ranger District. The primary objective is to enhance operational capabilities in managing national forest resources through the acquisition of this advanced vehicle, which features an 82 HP ProStar 4-Stroke engine, advanced drivetrain capabilities, and various safety and comfort features. Proposals must be submitted by December 18, 2024, with questions accepted until December 13, 2024; interested parties should contact Tammy Perrine at tammy.perrine@usda.gov for further information. This procurement is set aside for small businesses under NAICS code 336999, with a size standard of 1,000 employees.
    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.