REPAIR OF P-22 FIRETRUCK
ID: FA441724Q0324Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4417 1 SOCONSHURLBURT FIELD, FL, 32544-5810, USA

NAICS

General Automotive Repair (811111)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a Pierce Firetruck (P-22) at Hurlburt Field, Florida. The contractor will be responsible for comprehensive maintenance and repairs, including the removal and installation of engine assemblies, servicing the Allison 3000 series transmission, and ensuring compliance with National Fire Protection Agency standards. This procurement is critical for maintaining the operational readiness of emergency response vehicles, which play a vital role in safety and rescue operations. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Benton Medcalf at benton.medcalf@us.af.mil or Shayne Cole at shayne.cole@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a federal government request for proposals (RFP) detailing contract administration regulations, particularly for the Department of Defense (DoD). Key clauses from the Defense Federal Acquisition Regulation Supplement (DFARS) and the Federal Acquisition Regulation (FAR) are outlined, including electronic invoicing and payment instructions via the Wide Area Workflow (WAWF) system. Technical and price evaluations for bids are specified, emphasizing the need for proposals to be technically acceptable to be considered for award. Various clauses address compliance requirements, prohibitions related to telecommunications, and reporting obligations. The inclusion of wage determinations and a statement of work indicates the project involves specific labor regulations. The document stresses adherence to regulatory compliance, security, and ethical business practices throughout the contract lifecycle, particularly for small businesses, women-owned concerns, and other disadvantaged entities. Overall, this RFP aims to outline the contractual obligations and ensure that bids meet government standards while facilitating transparency and accountability in the procurement process.
    The document outlines regulations and instructions related to the contracting process for services involving the U.S. Department of Defense (DoD). It includes provisions for electronic submission of payment requests through the Wide Area Workflow (WAWF) system, which demands contractors to register and follow specific guidelines for submission. Key aspects include definitions of roles, types of payment requests based on the contract type, and compliance requirements, ensuring that payment requests are properly documented and follow the routing protocols established. Moreover, it delineates clauses incorporated by reference from the Defense Federal Acquisition Regulation Supplement (DFARS) and the Federal Acquisition Regulation (FAR), covering aspects such as contractor ethics, payment methods, and labor standards. Highlights include the evaluation process for contracts prioritizing price and technical acceptability, and the incorporation of various compliance requirements regarding small businesses, environmental responsibility, and anti-trafficking regulations. As part of ensuring accountability, it outlines documentation and auditing requirements for contractors to maintain in order to uphold contract integrity and compliance with federal laws.
    The document is a Request for Quotation (RFQ) for the repair of a Pierce P-22 Fire Truck at Hurlburt Field, FL, issued by the 1 SOCONS/PKA. It invites qualified parties to submit written proposals for engine repairs under NAICS code 811111. The solicitation specifies that all quotes must remain valid until 30 September 2024 and outlines the requirement for an active SAM registration at the time of award. The contractor is responsible for providing all necessary labor, materials, and shipping for the repair, with a total quantity of one unit, and must ensure delivery 120 days after receipt of the order. The evaluation criteria will be based on the lowest price technically acceptable, and proposals must include technical data and work plans. Interested parties are advised to respond by 19 September 2024, and awards will be contingent upon acceptance of Line Item 0001, which pertains specifically to the fire truck engine repairs. The RFQ is structured with a clear emphasis on compliance with federal guidelines and the importance of adhering to the specifications provided within the attached documents. This solicitation highlights the government's need for specialized services and the process involved in procuring such services from qualified vendors.
    The document outlines the specifications and requirements for the repair of a fire truck's engine and associated components as part of a federal Request for Proposal (RFP). The fire truck currently contains a Cummins ISC 8.3 engine and requires servicing for an Allison 3000 series transmission, designated with the serial number 6511229463. Additionally, the air conditioning system includes a QUE P/N: QP31–1750 compressor, made by Red Dot, with the corresponding serial number D31QC0467. To facilitate accurate service and repairs, the document specifies the need for the Pierce job number (27572-1) and the vehicle identification number (VIN 4P1BAHFF3EA014614). This inquiry-driven approach ensures that prospective contractors can access the necessary materials and information to fulfill the repair requirements effectively.
    The document is a solicitation for the repair of a Pierce Fire Truck (P-22), identified by registration number 14L00096. It outlines a structured procurement process by the U.S. Air Force, emphasizing the contractor's responsibility to manage, supply parts, and labor for the engine replacement tasks. The acquisition is open to various business types, with a focus on small and service-disabled veteran-owned businesses. Additionally, it stipulates a firm fixed price arrangement for the services needed, with an award planned by January 2025. Key specifics include the contractor's obligation to follow manufacturer guidelines and warranty provisions for all refurbished parts. The contract also contains comprehensive evaluation criteria focused on price and technical acceptability, emphasizing that the lowest priced, technically acceptable offer will be favored. The document cites the importance of compliance with various federal regulations and introduces clauses concerning payment processes, offering guidance on invoicing via the Wide Area WorkFlow system. Lastly, it highlights the contact details for the contracting officers and administrative procedures related to this acquisition, ensuring transparency and clear communication avenues for bidders.
    The Department of the Air Force has issued a Statement of Work (SOW) for the repair of a Pierce Firetruck (P-22) at Hurlburt Field, Florida. The contractor is responsible for all labor, parts, and tools necessary for repairs, which include replacing the engine assembly, servicing the transmission, repairing the air conditioning system, and ensuring emissions compliance. The contractor must conduct National Fire Protection Agency pump tests and assess the operational status of peripheral systems, reporting additional repairs as necessary for approval before proceeding. Repairs are to be completed within 120 calendar days of contract award, with documentation required for all work performed before payment. The contractor must designate a contract manager and maintain government property security, re-performing any unsatisfactory work at no extra cost. This SOW emphasizes compliance with the manufacturer’s guidelines, safety standards, and thorough documentation, reflecting the government's commitment to maintaining operational readiness of emergency response vehicles.
    The document is a wage determination register issued by the U.S. Department of Labor under the Service Contract Act, detailing the minimum wage rates and fringe benefits for various occupations in Okaloosa County, Florida. It states that contracts effective on or after January 30, 2022, must pay at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour. The document lists detailed wage rates for numerous specific job titles within categories such as administrative support, automotive service, health, and technical occupations. It also outlines mandatory fringe benefits and paid sick leave under Executive Order 13706. Compliance with these wage rates and benefits is crucial for contractors working under federal contracts. The document provides a framework for evaluating employee compensation and ensuring adherence to labor standards in government contracting, thus promoting fair labor practices while maintaining workplace protections for contractors and their employees.
    Lifecycle
    Title
    Type
    REPAIR OF P-22 FIRETRUCK
    Currently viewing
    Solicitation
    Similar Opportunities
    P-23 Fire Truck Engine Replacement Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for P-23 Fire Truck Engine Replacement Services through a Request for Quotation (RFQ) under solicitation number W50S72-24-Q-7209. The contractor will be responsible for providing all necessary personnel, equipment, and materials to replace the 8V92TA Detroit diesel engine within a 150-day timeframe, ensuring the fire truck's operational readiness, including water pumping capabilities. This procurement is critical for maintaining emergency response capabilities and is set aside exclusively for small businesses, with a firm-fixed price contract to be awarded based on the lowest responsive quote. Interested vendors must submit their proposals, including a completed Vendor Information Sheet and product specifications, by the deadline of September 12, 2024, and can direct inquiries to Capt. Allison Harbit at allison.harbit@us.af.mil or Mark A. Crombie at mark.crombie.1@us.af.mil.
    PKC - Water Pump Gearbox Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the 60th Contracting Squadron of the Air Force, is seeking quotations for a Water Pump Gearbox Assembly required for a Kovatch Mobile Equipment (KME) Rapid Intervention Vehicle (RIV) firetruck. The procurement involves a brand-new assembly manufactured exclusively by Hale Pumps, as it is specifically designed for the Air Force’s P-34 RIV truck and is not available from other commercial suppliers. This specialized equipment is critical for firefighting operations, and the only authorized dealer in the Northwestern United States is Burtons Fire Apparatus. Interested small businesses must submit their bids by September 16, 2024, including detailed technical capabilities and pricing, and can contact Brian DuQuette or Ms. Maekyla Rosendo for further information.
    Repair Aircraft Rescue and Fire Fighting Vehicle_ Crash5
    Active
    Dept Of Defense
    The Department of Defense, specifically the Massachusetts Air National Guard, is seeking qualified small businesses to repair an Aircraft Rescue and Fire Fighting Vehicle (ARFF) designated as Crash 5 at Barnes Air National Guard Base in Westfield, Massachusetts. The procurement involves comprehensive repairs to the vehicle's engine, brake, and differential systems, as well as optional repairs to various fire apparatus systems, all detailed in the Performance Work Statement (PWS). This initiative is crucial for maintaining operational readiness and ensuring effective fire-fighting capabilities at the base. Interested contractors must submit their quotes by September 24, 2024, following a site visit scheduled for September 17, 2024, and can direct inquiries to Capt Emerald Meredith at emerald.meredith.1@us.af.mil.
    Annual Mobile Fire Emergency Vehicle Inspection IAW NFPA 1910
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army at Fort Leonard Wood, Missouri, is seeking businesses capable of conducting annual mobile fire emergency vehicle inspections in accordance with NFPA 1910 standards. The procurement involves comprehensive bumper-to-bumper inspections, pump performance tests, and aerial service tests for a fleet of fire trucks, including various manufacturers such as Pierce, Ferrara, and Oshkosh. These inspections are critical for ensuring the operational readiness and safety of emergency response vehicles, thereby enhancing the effectiveness of fire services. Interested vendors should contact Elizabeth Reyes at elizabeth.e.reyes2.civ@army.mil or Julie West at julie.m.west4.civ@army.mil for further details.
    R11 Tanker Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a damaged R11 Aviation Fuel Tanker stationed at Joint Base Elmendorf-Richardson (JBER), Alaska. The primary objective is to restore the vehicle to its original operational condition, which includes extensive repairs such as damage removal, straightening of bent components, and repainting, all in accordance with the Performance Work Statement (PWS). This procurement is crucial for maintaining military equipment functionality and ensuring compliance with safety and operational standards. Interested contractors must submit their quotes by September 17, 2024, at 1400 Alaska Standard Time, and can direct inquiries in writing until September 13, 2024. For further information, contractors may contact Joseph Ford at joseph.ford.21@us.af.mil or Robert Briggs at robert.briggs.13@us.af.mil.
    WRECKER, 35 TON INTEGRATED RECOVERY BOOM AND UNDERLIFT
    Active
    Dept Of Defense
    The Department of Defense, through the 11th Contracting Squadron, is soliciting bids for a 35 Ton Wrecker with an integrated recovery boom and underlift, intended for delivery to Joint Base Anacostia-Bolling in Washington, D.C. The procurement aims to enhance the operational capabilities of the Air Force by acquiring a vehicle that meets specific technical requirements, including a minimum engine performance of 500 hp and compliance with U.S. emissions standards. This opportunity is particularly significant as it supports small businesses, with a total small business set-aside, and emphasizes the importance of competitive pricing and technical specifications in the selection process. Interested vendors must submit their proposals electronically by September 18, 2024, and direct any inquiries to J. Brandon La'Pierre at jerome.lapierre.1@us.af.mil or Gregory Bishop at gregory.bishop.8@us.af.mil, noting that no awards will be made until funds are available.
    J--US Air Force Research Laboratory Vehicular Mainten
    Active
    Interior, Department Of The
    The Department of the Interior, through the Acquisition Services Directorate, is seeking contractors to provide maintenance and repair services for low-speed vehicles at Eglin Air Force Base, Florida. The procurement involves a firm-fixed-price contract with a six-month base period starting December 1, 2024, followed by four optional one-year periods and a six-month extension, specifically set aside for small businesses under NAICS code 811310. This opportunity is crucial for ensuring the operational readiness of military equipment, as contractors will be responsible for providing all necessary personnel, tools, and supplies while adhering to safety protocols and government regulations. Interested contractors must submit their proposals by the extended deadline of October 7, 2024, and are encouraged to contact Jennifer Arthur at jenniferarthur@ibc.doi.gov for further information.
    Solicitation - FD Vehicle Exhaust Removal System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Vehicle Exhaust Removal System to be installed at the Fire Department facility located in Building 332 at F.E. Warren Air Force Base, Wyoming. The contractor will be responsible for providing, installing, and training personnel on the system, which must operate efficiently and silently, adhering to all applicable federal, state, and local regulations. This procurement is crucial for enhancing air quality and operational safety within the fire department's vehicle maintenance operations. Interested small businesses must submit their proposals by September 20, 2024, and direct any inquiries to Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, ensuring compliance with the outlined requirements and deadlines.
    Overhaul/Repair of TH-1H Dynamic Components
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul and repair of dynamic components for the TH-1H helicopter under solicitation number FA852424R0008. The primary objective is to ensure that critical safety items are overhauled in accordance with the original equipment manufacturer's standards, thereby maintaining the operational readiness of the U.S. Air Force's fleet for training and combat missions from FY25 to FY30. This procurement is vital for sustaining flight safety and operational integrity, as it involves essential components such as the Main Transmission Assembly and Tail Rotor Drive Quill Assembly. Proposals are due by September 26, 2024, at 4 PM EST, and interested contractors should contact Shawna Barrett at shawna.barrett.1@us.af.mil or Leigh Ann Taylor at leigh.taylor.3@us.af.mil for further information.
    Firefighting Foam Trailer
    Active
    Dept Of Defense
    The Department of Defense, through the 82d Contracting Squadron at Sheppard Air Force Base in Texas, is soliciting proposals for a 1000-gallon firefighting foam trailer under solicitation number FA302024Q0112. The procurement aims to enhance firefighting capabilities by acquiring a trailer that meets specific technical specifications, including a robust construction and operational features necessary for effective emergency response. This acquisition is exclusively set aside for small businesses, with proposals due by September 18, 2024, at 2:00 PM CST, and all quotes must remain valid through September 30, 2024. Interested vendors should direct their inquiries to Cole Jones or Ryan Kulpa via email, as funding for this contract is not currently available, and the government reserves the right to cancel the solicitation without obligation to reimburse vendors.