Sources Sought on behalf AFCEC Kirtland AFB
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 Interior (DOI), on behalf of the U.S. Air Force Civil Engineer Center (AFCEC), has issued a Sources Sought Notice to identify potential sources capable of providing Type 6 Wildland Light Engine Upgrade services for Kirtland Air Force Base. This market research aims to refine requirements and potentially reduce costs for converting government-provided vehicle chassis into fully functional wildland fire fighting vehicles. Responses are due February 20, 2026.
Scope of Work
The requirement involves the conversion of existing vehicle chassis (e.g., 2024 Chevy K5500 4x4) into Type 6 Wildland Light Engines. This includes:
- Installation of fire-related equipment: Pumps, generators, hoses, storage, control panels, suppression equipment, and other specified components.
- Apparatus body construction: Design and build a durable body suitable for severe off-road use, adhering to FMVSS and NFPA 1900 standards.
- Component integration: Chassis upgrades (skid plates, ember screens, fire wrap), electrical systems, pump and foam systems, plumbing, and lighting.
- Testing and Inspection: Conduct tilt table, noise exposure, weather-tightness, pump tests, and an 8-inch step test. Government inspections will occur mid-build and at final acceptance.
- Documentation: Provide as-built drawings, warranties, manuals, weight slips, and component lists.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated NAICS: 336211 (Motor Vehicle Body Manufacturing)
- Duration: Base year (FY26) with two (2) one-year option periods (FY27-FY28) for two vehicle packages per period.
- Set-Aside: None specified for this Sources Sought; vendors must provide socio-economic status for NAICS 336211.
- Response Due: February 20, 2026, 5:00 PM Eastern Daylight Time.
- Published: February 6, 2026.
Submission & Evaluation
Interested parties should submit a response demonstrating their capability to meet the requirements outlined in the attached draft Performance Work Statement (PWS). Submissions must be in Microsoft Word format, no more than 20 pages, using Times New Roman 11-point font. Responses should include:
- A cover sheet with vendor details (name, address, POC, email, phone, SAM.gov UEI, socio-economic status, GSA MAS Schedules).
- Section 1: Questions for the Government and general feedback.
- Section 2: Comments related to the Draft PWS. Responses are voluntary and for informational/planning purposes only; they will not affect future solicitation eligibility.
Special Requirements
- Compliance: Adherence to NFPA 1900 (current edition) and Federal Motor Vehicle Safety Standards (FMVSS) is mandatory.
- Warranty: Minimum 18-month contractor warranty on workmanship/materials, 10-year on design defects, 5-year on paint, and 10-year on corrosion.
- Materials: Use of corrosion-resistant materials (stainless steel, aluminum, composites) is specified.
- Bidder Response: Quotes must include a specification compliance response, detailing any exceptions or proposed substitutions.