Fire Engine Repair/Replacement

SOL #: 127EAY26Q0008Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Forest Service
LASSEN NATIONAL FOREST
SUSANVILLE, CA, 96130, United States

Place of Performance

Susanville, CA

NAICS

General Automotive Repair (811111)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Ground Effect Vehicles, Motor Vehicles, Trailers, And Cycles (J023)

Set Aside

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

Timeline

1
Posted
Jan 20, 2026
2
Submission Deadline
Jan 30, 2026, 1:00 AM

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 USDA Forest Service, Lassen National Forest, is soliciting proposals for Fire Engine Repair/Replacement services. This opportunity is a Total Small Business Set-Aside for the repair and replacement of a Maxxforce 9 330HP engine in a non-operable fire apparatus. The contractor will be responsible for all labor, equipment, parts, and towing. Quotes are due by January 29, 2026, at 5:00 p.m. Pacific Time.

Scope of Work

The contractor shall provide all necessary labor, equipment, parts, and components to repair or replace the failed Maxxforce 9 330HP engine (VIN: 1HTWCAZN6EH792527, GHG14 emissions compliant) in U.S. Forest Service fire apparatus Unit Number 6372. Key tasks include:

  • Towing the non-operable vehicle from Sparks, NV, to the repair location at the contractor's expense.
  • Safely removing the failed engine and associated systems.
  • Installing a certified OEM or equivalent replacement engine.
  • Inspecting and repairing/replacing mounting frame, transmission connection, driveshaft alignment, and related systems.
  • Conducting start-up, system checks, leak checks, and initial calibration per OEM guidelines.
  • Updating maintenance/service records and engine warranty documentation.
  • Providing a post-installation start-up and basic test results report.
  • Issuing final authorization noting vehicle readiness.
  • Ensuring all parts have clear traceability to the Original Equipment Manufacturer (OEM) and are NEW approved parts.
  • Providing a minimum warranty of 3 years or 300,000 miles on parts and at least 1 year on labor.

Contract & Timeline

  • Contract Type: Combined Synopsis/Solicitation (Firm Fixed-Price, one award intended)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product/Service Code: J023 (Maintenance, Repair And Rebuilding Of Equipment: Ground Effect Vehicles, Motor Vehicles, Trailers, And Cycles)
  • Place of Performance: Susanville, CA 96130 (vehicle pickup from Sparks, NV)
  • Delivery: Within 60 Days After Receipt of Order (ARO)
  • Estimated Start Date: February 15, 2026
  • Estimated Completion Date: March 31, 2026
  • Questions Due: January 23, 2026, 5:00 p.m. Pacific Time
  • Quotes Due: January 29, 2026, 5:00 p.m. Pacific Time
  • Published Date: January 20, 2026

Evaluation

Proposals will be evaluated based on Price, Technical Acceptability, and Past Performance. The government will use a Lowest Price Technically Acceptable (LPTA) approach, evaluating only the lowest-priced offer for technical capability first. Technical acceptability requires providing the exact brand name, make, and model specified, with sufficient documentation, and ensuring parts are new.

Key Documents

  • Attachment 1 - Solicitation Terms and Conditions: Outlines submission requirements, evaluation criteria, and contract clauses.
  • Attachment 2 - Statement of Work: Details the objective, scope, deliverables, and special requirements for the engine replacement.
  • Attachment 3 - Schedule of Items: Pricing sheet for bidders to complete for Item 0001, "6372 ENGINE REPLACEMENT / FIRE ENGINE."
  • Attachment 4 - Past Performance Questionnaire: Requires bidders to provide detailed project history and contact information for references.
  • Attachment 5 - Wage Determination: Specifies minimum hourly wage rates and fringe benefits for the Service Contract Act in Storey and Washoe Counties, Nevada, crucial for cost estimation.

Contact Information

Primary Contact: M. Kathy Bosch, Mary.Bosch@usda.gov, 802-345-9284.

People

Points of Contact

M. Kathy BoschPRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 20, 2026
Fire Engine Repair/Replacement | GovScope