ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Car Fire Prop

DEPT OF DEFENSE FA446025Q0344
Response Deadline
Sep 8, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a life-size car fire prop to be used for firefighter training at Little Rock Air Force Base in Arkansas. The prop must simulate real-world car fires and operate on a wireless controlled propane system, with requirements including a mock-up of at least 180 inches long by 72 inches wide by 55 inches high, along with a trailer and necessary training for personnel. This procurement is crucial for enhancing the preparedness of firefighters for emergency situations. Interested small businesses are encouraged to reach out to Alyssa Larson at alyssa.larson.3@us.af.mil or 501-987-3844 for further details, with proposals due in accordance with the solicitation timeline.

Classification Codes

NAICS Code
339999
All Other Miscellaneous Manufacturing
PSC Code
4210
FIRE FIGHTING EQUIPMENT

Solicitation Documents

8 Files
Questions and Answers From Mission Owner - Car Fire Prop.pdf
PDF39 KB9/3/2025
AI Summary
The document, a Q&A from a Mission Owner, addresses the acceptable dimensions for a "Car Fire Prop" mock-up. The sole question and answer confirm that a mock-up with dimensions of 180 inches long by 72 inches wide by 55 inches high, or larger, is acceptable. This indicates a clarification within a government Request for Proposal (RFP) or a similar procurement document regarding the specifications for a required training or simulation prop.
MFR - Amendment - Clauses.pdf
PDF135 KB9/3/2025
AI Summary
The Department of the Air Force's 19th Airlift Wing (AMC) at Little Rock Air Force Base issued an amendment (FA446025Q0344) on September 3, 2025, concerning a solicitation for a "Fire Car Prop." The primary purpose of this amendment is to revise the Clauses Document by removing specific markings within section 52.212-3. This change allows offerors responding to the solicitation to complete that section as required. All other terms and conditions of the original solicitation remain unchanged. The amendment was issued by 1st LT Ethan Lenoir, Contracting Officer.
Clauses - amended.pdf
PDF189 KB9/3/2025
AI Summary
This government file, FA446025Q0344, outlines critical federal acquisition regulations and clauses for contractors. It details requirements for the Federal Acquisition Supply Chain Security Act (FASCSA), mandating contractors to identify and disclose any prohibited covered articles or sources. The document also specifies Item Unique Identification (IUID) and Valuation requirements for delivered items, including detailed marking, data syntax, and reporting procedures for both end items and embedded components. Additionally, it provides comprehensive instructions for Wide Area WorkFlow (WAWF) payment submissions, covering access, training, document types, and routing data. Finally, the file includes extensive offeror representations and certifications for commercial products and services, addressing business size, veteran and women-owned business status, Buy American Act compliance, child labor, and taxpayer identification. This ensures regulatory adherence, supply chain integrity, and proper financial procedures for government contracts.
COMBOSOL - Car Fire Prop.pdf
PDF3009 KB9/3/2025
AI Summary
The document is not a government file but rather a message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and further assistance. This message is a technical note for document access, not an RFP, grant, or government file itself.
Clauses.pdf
PDF189 KB9/3/2025
AI Summary
The document outlines various Defense Federal Acquisition Regulation Supplement (DFARS) and Federal Acquisition Regulation (FAR) clauses applicable to government contracts, covering areas such as compensation of former DoD officials, whistleblower rights, safeguarding defense information, prohibition on certain telecommunications equipment, and acquisition of specific materials. Key clauses detailed include requirements for Item Unique Identification and Valuation (IUID) for delivered items, electronic submission of payment requests via Wide Area WorkFlow (WAWF), and offeror representations and certifications for commercial products and services. The IUID clause mandates unique identifiers for items costing $5,000 or more, embedded subassemblies, and special tooling, with specific marking and reporting requirements. The WAWF instructions detail electronic invoicing procedures, document types, and routing information. The representations and certifications provision addresses small business concerns, veteran and women-owned businesses, affirmative action, Buy American provisions, trade agreements, and certifications regarding responsibility matters and child labor.
Addendum - 52.212-2, Evaluation.pdf
PDF132 KB9/3/2025
AI Summary
This addendum outlines the evaluation criteria and process for government solicitations for commercial products and services. Offers are evaluated based on price and technical capability. First, all responsive offers are ranked by price, ensuring complete and reasonable pricing. Second, the government conducts a technical evaluation, starting with the lowest-priced offer, to determine if it is "Acceptable" or "Unacceptable" based on the Performance Work Statement (PWS) requirements. An "Unacceptable" rating leads to removal from consideration. This technical evaluation continues until at least three acceptable offers are identified, or all offers are evaluated if there are fewer than three. If no offer is acceptable, no award is made, and the requirement is re-evaluated. Finally, the government awards the contract to the offeror representing the best value, considering both price and technical acceptance. The government reserves the right to communicate with offerors and not to select a contractor based on offer quality or fund availability. A written notice of award creates a binding contract.
Addendum - 52.212-1, Instructions to Offeror.pdf
PDF158 KB9/3/2025
AI Summary
This addendum outlines essential instructions for offerors responding to government solicitations for commercial products and services. To be considered, offers must adhere to all solicitation requirements, including terms, conditions, representations, and certifications. Key submission criteria include the solicitation number, offeror contact details, a detailed technical description, warranty terms, a price breakdown, SAM.gov registration validation (with CAGE Code and optional DUNS), and acknowledgment of any amendments. Offerors must also provide past performance information if it's an evaluation factor. Offers must be signed, dated, and submitted by the specified deadline to the designated point of contact. Furthermore, offerors must commit to holding their prices firm for at least 60 calendar days, with the expiration date clearly stated. Failure to meet these requirements or rejection of terms may lead to exclusion from consideration.
Salient Characteristics - Fire Car Prop.pdf
PDF421 KB9/3/2025
AI Summary
This government file details the salient characteristics for a car fire prop with a propane storage and control system, likely for an RFP related to federal or state/local training equipment. Key requirements include a realistically sized, NFPA 1402 compliant steel car mockup with at least three burn zones, a water cooling system, and operational parts like a hood, trunk, and doors. The system must feature independent pilot and multi-stage main flames, controlled by a wireless handheld device. All necessary propane equipment, including hoses, tanks, and regulators, is required. The prop will be delivered with a trailer, specified to include an aluminum open deck, ramps, stabilizer jacks, two 100-120 gallon propane tanks, a powered tongue jack, a 12v solar battery maintainer, an electric winch, and a storage box. The delivery location is Building 239 on Little Rock Air Force Base, with training for at least 10 personnel, a 1-year manufacturer warranty, and a Period of Performance (PoP) of 120 days.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 28, 2025
amendedLatest Amendment· Description UpdatedSep 3, 2025
deadlineResponse DeadlineSep 8, 2025
expiryArchive DateSep 23, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4460 19 CONS PKA

Point of Contact

Name
Alyssa Larson

Place of Performance

Little Rock Air Force Base, Arkansas, UNITED STATES

Official Sources