Type 6 Wildland Light Engine Upgrade for Kirtland
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 Air Force Civil Engineer Center (AFCEC) Wildland Fire Branch (WFB), is soliciting proposals for the upgrade of two (2) wildland fire vehicles for Kirtland Air Force Base. This Small Business Set-Aside opportunity requires contractors to build and equip Type 6 Wildland Light Engines onto government-provided chassis. Proposals are due May 28, 2026.
Scope of Work
This requirement involves the installation and build-out of fire-related equipment and supply products onto existing 2024 Chevy K5500 4x4 chassis, which will be provided by the government. The contractor will convert these vehicles into usable Type 6 Wildland Light Engines, primarily for prescribed and wildland fire suppression activities. The work includes installing pumps, generators, hoses, hose fittings/reels, storage, containment, compartments, control panels, suppression equipment, compressors, valves, and gauges. The completed vehicles must meet AFWFB requirements, Federal Motor Vehicle Safety Standards (FMVSS), and NFPA 1900 (current edition) for Wildland Fire Apparatus.
Contract Details
The anticipated contract type is a single Firm Fixed Price (FFP) purchase order. The period of performance includes a base year (June 24, 2026 - June 23, 2027) and two option years. The NAICS code is 336211 – Motor Vehicle Body Manufacturing, with a small business size standard of 1,000 employees. The contract includes specific warranty requirements: minimum 18 months for final assembly, 10 years for design defects, 5 years for paint, 10 years for corrosion, and specific warranties for components like tanks (lifetime), valves (5 years), and auxiliary pumps (3 years).
Submission & Evaluation
This is a Small Business Set-Aside. Quotes must be submitted via email to David Boyd (David_Boyd@ibc.doi.gov) by May 28, 2026, at 4:00 PM Eastern Time. Submissions require three volumes: Technical - General (including Attachments 3 & 4), Technical (max 10 pages), Price (narrative and Excel sheet), and Past Performance (up to three Past Performance Questionnaires - Attachment 5). Offers will be evaluated based on Technical Approach and Capability Plan, Management Plan, Past Performance, and Price. Technical and past performance combined are significantly more important than price. The government reserves the right to award without discussions.
Key Dates & Contact
- Response Due: May 28, 2026, 4:00 PM ET
- Questions Due: May 7, 2026, 5:00 PM ET
- Primary Contact: David Boyd, Contracting Officer (DAVID_BOYD@IBC.DOI.GOV, 703-964-4853)