Forest Skidders with Wildland Firefighting Equipment
ID: W564KV25R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0409 AQ HQ CONTRACTAPO, AE, 09227, USA

NAICS

Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing (333924)

PSC

FIRE FIGHTING EQUIPMENT (4210)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Garrison Ansbach in Germany, is soliciting proposals for the procurement of Forest Skidders equipped with Wildland Fire Fighting capabilities under solicitation number W564KV25R0002. The contract aims to acquire vehicles that meet stringent technical specifications, including compliance with safety standards such as NFPA 1906 and EN 1846, to enhance firefighting response capabilities for Army Fire Departments in Europe. These skidders will play a crucial role in emergency response operations, ensuring that military fire services are adequately equipped to handle wildland firefighting scenarios. Proposals are due by March 28, 2025, and interested contractors should contact Brandon Donalson at brandon.m.donalson.civ@army.mil or Ric Colon Acevedo at ricardo.colonacevedo.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an RFP for a Forest Skidder equipped with a Wildland Fire Fighting Unit, specifically for Army Fire Departments in Europe. It details the specifications, requirements, and components necessary for the skidder, including compliance with NFPA 1906, EN 1846, and DIN 14502 safety standards, along with local European regulations. Key elements include a commercial skidder chassis, a firefighting unit featuring a 5,000-liter water tank, and firefighting equipment storage. Design requirements cover dimensions, performance metrics, structural integrity, cab safety, hydraulic systems, and pump specifications. Essential features include an advanced braking system, a powerful diesel engine, and a fully equipped firefighter’s cab with safety systems. The document also details warranty provisions, training requirements, and thorough documentation expectations post-delivery. This comprehensive RFP illustrates the government's rigorous standards for high-performance firefighting vehicles, aimed at enhancing operational efficiency and safety within military fire services.
    This document outlines the procurement requirements for various firefighting and emergency response equipment as part of the FY 23 federal and state-level grants and RFPs. It is categorized into groups, detailing quantities and specifications for personal protective equipment, firefighting gear, rescue/Hazmat tools, emergency medical supplies, illumination equipment, and special tools. Key items include fire extinguishers, safety clothing, SCBA systems, various hoses and nozzles, collapsible tanks, and a range of rescue equipment such as pry axes and chainsaws. The document emphasizes compliance with relevant safety standards and includes notes indicating that while brand names are mentioned, equivalent alternatives are acceptable as long as they meet specified characteristics. This procurement serves to ensure that fire departments and emergency response teams are properly equipped to handle emergencies and protect personnel. The structured format facilitates clear understanding of equipment needs, compliance with legal standards, and promotes effective budgeting for essential fire service capabilities.
    The Form W-14, issued by the Department of the Treasury's Internal Revenue Service, serves as a Certificate for Foreign Contracting Parties receiving federal procurement payments. The primary purpose is to facilitate foreign entities seeking tax exemptions on contract payments under certain U.S. laws. The form requires detailed identification of the foreign contracting party, the acquiring agency, and contract specifics, including total contract value and applicable exemptions based on international agreements or procurement guidelines. Key sections include the identification of parties involved, selection of relevant exemption claim based on treaties or procurement agreements, and a certification confirming the accuracy of the provided details under penalties of perjury. The certification ensures that the foreign entity acknowledges tax obligations and complies with U.S. regulations regarding foreign contracting activities. This form is critical in governing the tax treatment of payments made to foreign contractors in federal procurement processes, emphasizing the need for accurate reporting and legal adherence.
    This document pertains to a government solicitation for the acquisition of Motorola APX 6500 VHF mobile radios as part of a specific request for proposal (RFP) numbered W564KV-25-R-0002. It details the requisitioned items, including their description, national stock number (NSN), and corresponding CAGE and part numbers. For the requisitioned mobile radios, the document specifies a quantity of three units with a unit acquisition cost of $4,868.92 each. The inclusion of both serially and non-serially managed items indicates that these products require precise oversight regarding their management and procurement. The primary focus centers around fulfilling government equipment needs while ensuring fiscal responsibility and compliance with procurement regulations. Overall, this document serves as a formal request to potential contractors for the provision of specified communication equipment within a defined solicitation framework.
    This document outlines a Request for Proposal (RFP) for the procurement of Forest Skidders with Wildland Fire Fighting capabilities. The solicitation number W564KV25R0002 is issued by the U.S. Army Garrison Ansbach in Germany, with proposals due by March 28, 2025. The contract aims to acquire vehicles that meet specific technical specifications, intending to improve firefighting response capabilities. Key provisions include the requirement for the contractor to deliver complete assemblies, including chassis, apparatus body, and fully assembled units, ensuring compliance with detailed technical specifications. Proposals must include comprehensive technical documentation and drawings, along with a technical description of the vehicle and firefighting systems. The evaluation criteria focus on a Lowest Price Technically Acceptable (LPTA) approach, assessing both technical compliance and price reasonableness. The document mandates that all proposals must be submitted in English and registered in the System for Award Management (SAM). Additionally, the contractor will be held accountable for the delivery within nine months of contract award and must observe stringent inspection and acceptance standards. The RFP emphasizes adherence to regulations, certifications, and compliance with trade agreements, reflecting the government's commitment to maintain transparency and quality in procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Maintenance and Repair of Fire Alarm Systems - USAG Ansbach
    Buyer not available
    The Department of Defense is soliciting proposals for the maintenance and repair of fire alarm systems at the U.S. Army Garrison Ansbach in Germany. The contract encompasses preventive maintenance, emergency repairs, routine repairs, and the supply of replacement parts, ensuring compliance with federal and local safety standards. This procurement is critical for maintaining operational safety and regulatory compliance within military facilities, reflecting the government's commitment to high safety standards. Proposals are due by 10:00 AM on February 21, 2025, and interested parties should contact Evelyn Butter at evelyn.butter.ln@army.mil for further information.
    Maintenance and Repair of Fire Control Center Systems - USAG Ansbach
    Buyer not available
    The Department of Defense, through the Regional Contracting Office - Bavaria, is preparing to solicit bids for the maintenance and repair of Fire Control Center systems at USAG Ansbach, located in Bavaria, Germany. This procurement will involve a Requirements Type Contract that includes Firm Fixed Price (FFP), Time and Material (T&M), and Labor Hour (LH) Contract Line Item Numbers (CLINs), with the evaluation based on low price technically acceptable factors. The services are critical for ensuring the operational readiness and reliability of fire control systems, and the solicitation is expected to be posted on the sam.gov website in December 2024. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to monitor the website for updates, as all documentation will be available online and no paper copies will be distributed. For further inquiries, potential bidders can contact Kimberly Marra at kimberly.l.marra.civ@army.mil or by phone at 314-526-8706.
    Vehicle
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of vehicles under a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses and falls under the NAICS code 333120, which pertains to Construction Machinery Manufacturing, indicating a focus on specialized equipment. The vehicles are essential for various military operations and support functions, highlighting their importance in maintaining operational readiness. Interested vendors can reach out to Mark Upshaw at mark.a.upshaw2.civ@army.mil or 540-623-8608, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding the submission process and timelines.
    VIPR I-BPA for Miscellaneous Heavy Equipment for Region 5 - Pacific Southwest Region
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service (USFS), is seeking vendors for a Multiple Award Incident Blanket Purchase Agreement (IBPA) for Miscellaneous Heavy Equipment in the Pacific Southwest Region (Region 5). This procurement includes essential equipment such as Feller Bunchers, Mulcher/Masticators, Strip Mulcher/Masticators, Road Graders, and Skidders, which will be utilized for local, regional, and nationwide fire suppression and all-hazard incidents. The solicitation is a total small business set-aside, allowing participation from 8(a), SDVOSB, HUBZone, WOSB, and EDWOSB companies, with responses due by March 7, 2025, at 16:00 PST. Interested vendors can access the VIPR Vendor application to submit their quotes and should direct any inquiries to Nathan Stampke at nathan.stampke@usda.gov or by phone at 458-231-1180.
    BRAND-NEW KUBOTA RTV-X110C FULL SIZE DIESEL UTILITY VEHICLE
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2R2 USA Engineer Research and Development Center, is soliciting quotes for a Brand-New Kubota RTV-X1100C Full Size Diesel Utility Vehicle, or an equivalent model, under a Total Small Business Set-Aside. The procurement requires the delivery of the primary unit by September 30, 2025, to Hanover, New Hampshire, with options for additional units at various locations, emphasizing the need for specific vehicle features such as a four-wheel drive diesel engine, hydrostatic transmission, and enclosed cab. This vehicle is crucial for operational tasks within the Army, ensuring compliance with performance criteria outlined in the solicitation. Interested vendors should submit detailed specifications and literature to Kwamaine Clark at kwamaine.d.clark@usace.army.mil to facilitate the evaluation process.
    Airfield Sweeping Services Ansbach
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for airfield sweeping services at Katterbach and Illesheim Airfields, located within the USAG Ansbach area in Bavaria, Germany. The contract, which is set to commence on April 1, 2025, and run through March 31, 2030, with potential option years, requires the contractor to maintain airfield conditions in compliance with Army Regulation 420-1 and German waste disposal laws, ensuring safety and operational readiness for military aircraft. Interested contractors must submit their proposals by February 26, 2025, at 10:00 AM CET, and are encouraged to attend a mandatory site visit on February 13, 2025, to better understand the scope of work. For further inquiries, potential bidders can contact Christian Richter at christian.richter.ln@army.mil.
    Perform Annual Maintenance on Firetrucks for the Watervliet Arsenal
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting proposals for annual maintenance services on firetrucks at the Watervliet Arsenal in New York. The procurement requires vendors to perform comprehensive maintenance tasks, including chassis servicing, pump inspections, and adherence to strict delivery schedules and quality standards. This maintenance is crucial for ensuring the operational readiness and safety of fire-fighting equipment, which is vital for emergency services. Interested contractors should submit electronic proposals and can contact Coby Brickner at Coby.R.Brickner.Civ@army.mil or by phone at 518-266-4505 for further information.
    VIPR I-BPA for Heavy Equipment for West Zone Regions 5 and 6
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking vendors for a Multiple Award Incident Blanket Purchase Agreement (IBPA) for Heavy Equipment, including Dozers and Excavators, to support fire suppression and all-hazard incidents in Regions 5 and 6. This solicitation is a total small business set-aside, allowing participation from 8(a), SDVOSB, HUBZone, WOSB, and EDWOSB companies, and aims to onboard new contractors while allowing existing awardees to revise their resources and rates. The procurement is critical for enhancing the Forest Service's operational capabilities during fire incidents, with vendor responses due by March 7, 2025, at 16:00 PST. Interested parties can access the VIPR Vendor application for submission details and should direct inquiries to Nathan Stampke at nathan.stampke@usda.gov or by phone at 458-231-1180.
    30T Semi Tractor
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking procurement for a 30-ton semi-tractor to be utilized at Aberdeen Proving Ground in Maryland. The requirements emphasize a preference for newer vehicles due to their reliability and factory warranties, with specifications including two drive axles, one lift axle, and a wheelbase exceeding 330 inches. This procurement is critical for maintaining operational efficiency within the Army's logistics and transportation capabilities. Interested vendors should direct inquiries to Tiffany D. White at tiffany.d.white23.civ@army.mil for further details regarding the solicitation process.
    Miscellaneous Construction Equipment
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer District Mobile, is seeking quotations for the procurement of two tracked skid steers under a combined synopsis/solicitation format. This procurement is a total small business set-aside, aimed at acquiring commercial items necessary for construction and earth-moving operations. The selected contractor will be required to adhere to the provisions and clauses outlined in the solicitation, with the contract expected to be awarded following the evaluation of submitted quotations. Interested parties should direct their inquiries to Constance Hughes at constance.hughes@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil, and all submissions must be made in accordance with the specified deadlines, with the understanding that the Government reserves the right to cancel the RFQ at any time.