PKAA Brush Truck 15 (Commodity)
ID: FA461325Q0018Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

MISCELLANEOUS CONSTRUCTION MATERIALS (5680)

Set Aside

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

    The Department of Defense, specifically the Air Force, is seeking proposals from qualified vendors for the procurement of a Brush Truck Fire 15 attachment, as outlined in solicitation number FA461325Q0018. The contractor is required to provide a self-contained modular firefighting system compatible with designated pickup truck chassis, including specific features such as a 400-gallon baffled poly tank and an 18HP motor, with a delivery and installation timeline of 540 calendar days post-award. This procurement is crucial for enhancing firefighting capabilities in wildland fire response, ensuring effective disaster management and public safety. Interested parties must submit their written quotations by July 10, 2025, and direct any inquiries to Andrea McCurry or Arthur W. Makekau via email before June 18, 2025.

    Files
    Title
    Posted
    The document outlines the specifications required for a Brush Truck with a Wildland firefighting package as part of a government RFP. The unit must be a self-contained modular slip-on firefighting system compatible with designated pickup truck chassis (Ford, Dodge, Chevrolet). Key requirements include a 400-gallon fully baffled poly tank, an 18HP motor, a control panel made of stainless steel, and specific toolbox and hose tray sizes made from durable materials. Additionally, the unit includes features such as a Buckstop front bumper with water discharge capabilities. The contractor is responsible for delivering and installing the completed firefighting unit and associated components within 540 calendar days from the contract award, emphasizing the need for timely execution. This RFP signifies the government's ongoing commitment to enhancing firefighting capabilities through specialized equipment designed for wildland fire response, thereby ensuring effective disaster management and public safety.
    This document outlines the specifications for a Brush Truck with a Wildland package, intended for firefighting purposes. The essential requirements include a self-contained, modular firefighting unit compatible with specific truck chassis (Ford, Dodge, Chevrolet) and equipped with a variety of tools and storage solutions. Key features specify a 400-gallon poly tank, a powerful engine, a pump, and hoses, along with numerous toolboxes made from robust materials. Additional components required are a reinforced front bumper and a manual water discharge system for effective firefighting capabilities. The delivery and installation of the unit should occur within 480 calendar days of contract award, ensuring prompt availability for emergency services. This request showcases the government's emphasis on enhancing firefighting resources through clearly defined specifications crucial for maintaining public safety. Overall, the document serves as a formal solicitation for proposals, reflecting governmental investments in critical infrastructure tailored to combat wildland fires effectively.
    The document details the evaluation criteria for a Request for Proposal (RFP) concerning firefighting units intended for government procurement. It specifies requirements for compatibility with certain truck chassis (Ford, Dodge, Chevrolet) and outlines the essential components of a modular firefighting unit, including flatbed dimensions, toolboxes, and a 400-gallon skid unit. Key specifications require various toolbox sizes and materials, such as a minimum of 115"x96" flatbed with specific storage equipment and a fully baffled poly tank for firefighting. Included in the unit are a motor, electric hose reel, and other integral parts designed for operational efficacy. The document mandates confirmation of compliance with the outlined specifications, emphasizing that bids must meet stringent criteria to be considered valid. Overall, this RFP serves to secure a self-contained firefighting solution that fulfills the operational needs of fire departments while ensuring adherence to safety and performance standards.
    The document pertains to a Request for Proposal (RFP) FA461325Q0018, regarding the procurement of a brush truck with specific flatbed requirements. Key inquiries focus on the accuracy of an 84-inch cab-to-axle measurement and its implications for the desired 115-inch flatbed length. The government confirms the measurement as correct, expressing a need for a flatbed as close to 115 inches as feasible, while acknowledging the challenges of such a specification with a common chassis. The RFP also clarifies that the government will supply the chassis, which is already procured. Delivery expectations are set at a maximum timeframe of 540 days due to market research indicating substantial lead times. Furthermore, clarifications regarding installation requirements and the need for a toolbox or storage solutions in the flatbed design address potential discrepancies in specifications. The document demonstrates a proactive approach from the government in ensuring contractor compliance with technical requirements and timelines while emphasizing effective communication regarding specifications and logistical arrangements for the truck's configuration and installation.
    The document presents a solicitation for a Women-Owned Small Business (WOSB) contract, specifically seeking a Brush Truck Fire 15 attachment for the Air Force. The Request for Quote (RFQ) FA461325Q0018, issued by the 90th Contracting Squadron, details requirements for the product, including specifications for delivery timelines, payment provisions, and compliance with various Federal Acquisition Regulations (FAR). The contractor is expected to deliver the attachment within 540 calendar days following a lead time event, with payments facilitated through electronic submission processes. The solicitation emphasizes adherence to regulations regarding economic and ethical practices, urging participants to comply with established guidelines for small businesses, particularly those owned by women and economically disadvantaged women. It underlines the importance of providing unique item identification for tracking, mandates inspection upon delivery, and posits a structured contracting mechanism that aligns with federal standards. Overall, the document is a formal procedure to procure essential firefighting equipment, ensuring transparency, fair competition, and support for small business initiatives within federal contracts.
    The document outlines a Women-Owned Small Business (WOSB) solicitation for a federal procurement, specifically for a brush truck attachment. It includes details such as requisition and contract numbers, award dates, solicitation issues, and contact information. The focus is on providing commercial products and services, with a firm fixed-price arrangement for the specified item. The attachment's delivery schedule is defined, signaling a commitment to a timely fulfillment of requirements within a 540-calendar day window post-award. The document also stipulates various compliance and reporting requirements regarding unique item identification, payment instructions, and responsibilities for subcontracts. Key regulatory references are included, such as the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses that apply to this solicitation. Overall, the file serves as a formal request for proposals from qualified vendors, emphasizing the government's commitment to supporting women-owned businesses while maintaining adherence to operational and regulatory standards in procurement practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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--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.
    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.
    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.
    Fire Extinguisher Assembly & Valve
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is preparing to solicit a Firm Fixed Price contract for the assembly and valves of fire extinguishers. This procurement involves a sole source contract with KIDDIE Technologies Inc for a total of 715 fire extinguisher assemblies and 3,720 fire extinguisher valves, which are critical components for military applications. The solicitation, identified as W912CH-25-R-0230, is expected to be released within two to four weeks, and interested contractors must be registered in the System for Award Management (SAM) to participate. For further inquiries, contractors can reach out to Contract Specialist Angelo Wilson at angelo.b.wilson.civ@army.mil.