Aircraft Rescue Firefighting Vehicle Lease
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is conducting a Sources Sought for the lease of an Aircraft Rescue Firefighting (ARFF) Vehicle for Moody Air Force Base, GA. This market research aims to identify potential sources capable of providing a specialized ARFF vehicle meeting specific operational and safety standards. Responses are due by March 3, 2026.
Scope of Work
The requirement is for the lease of one (1) new or like-new ARFF vehicle to support Moody AFB Fire & Emergency Services. The vendor will be responsible for providing a vehicle that meets US Government Military and National Fire Protection Association (NFPA) standards, including all necessary repairs and services performed by certified personnel. The vendor will also provide training on vehicle operation and systems.
Key Requirements
The ARFF vehicle must meet stringent specifications, including:
- Water Tank: Minimum 3,000-gallon capacity, baffled per NFPA.
- Foam Tank: Minimum 400-gallon capacity (to be delivered empty, Moody AFB provides F3 foam).
- Pump: Capable of at least 1950 GPM at 240 PSI.
- Turrets: Roof Turret (600 GPM low, 1200 GPM high) and Bumper Turret (500 GPM).
- Secondary System: 450 lb Dry Chemical system.
- Compliance: NFPA 414 compliant at time of manufacture, current pump test certification.
- Features: Automatic transmission with pump and roll, minimum three seats, AC, appropriate lighting, and emergency siren. A preference is stated for vehicles not equipped with a snozzle or HRET.
Contract & Timeline
- Type: Sources Sought / Market Research
- Duration: Two (2) months base period with ten (10) one (1) month options (total up to 12 months).
- Set-Aside: None specified (market research stage)
- Response Due: March 3, 2026, at 2:00 PM Eastern Time
- Published: February 24, 2026
Response Requirements
Interested vendors should submit:
- Company name, address, CAGE Code, SAM UEI, and main point of contact.
- A capability statement demonstrating ability to meet the requirements.
- Specification of all socio-economic statuses (e.g., large business, small business, 8(a)).
- Estimated lead time for vehicle pick-up/delivery.
- Potential delivery options if shipping is provided.
Additional Notes
This is solely for market research and does not constitute a solicitation or commitment to award a contract. No reimbursement will be made for information provided. Responses should be emailed to SSgt Justin De Jesus at justin.de_jesus@us.af.mil, with the subject line FA483026Q0014.