J--YELL REFURBISH ENGINE 4

SOL #: 140P1426Q0002Solicitation

Overview

Buyer

Interior
National Park Service
IMR NORTHERN ROCKIES(12200)
YELWSTN NL PK, WY, 82190, United States

Place of Performance

Place of performance not available

NAICS

Specialized Automotive Repair (811114)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Fire Control Equipment (J012)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 18, 2026
2
Last Updated
Feb 18, 2026
3
Submission Deadline
Feb 25, 2026, 5:00 PM

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 National Park Service (NPS), specifically Yellowstone National Park, is soliciting proposals for the refurbishment of Fire Engine 4. This Firm Fixed-Price contract aims to extend the service life of the 2005 Pierce Contender Engine 4 by an additional 15 years through comprehensive replacement, rebuild, or repair of components. This is an Unrestricted acquisition. Proposals are due by February 25, 2026, at 5:00 PM MT.

Scope of Work

The refurbishment encompasses a wide range of tasks detailed in the Statement of Work (SOW), including:

  • Engine & Driveline: Upgrading cooling system, inspecting for leaks, replacing belts, inspecting/testing alternator, maintaining transmission, inspecting driveline, updating chassis suspension, and completing brake replacement.
  • Seals & Bearings: Replacing wheel/hub seals and inspecting wheel bearings.
  • Lighting & Electrical: Removing gas generator, replacing 240V scene lights with 12V LED, replacing emergency lights with LED, and installing new equipment chargers (thermal imaging camera, GPS, gas monitor).
  • Structural & Safety: Repairing impact damage, replacing damaged marker light, replacing front bumper speaker, updating rear chevrons and reflective striping to NFPA standards, installing new heavy-duty aluminum wheels, replacing windshields, and replacing all seat belts to NFPA specifications.
  • Fire Pump System: Evaluating engineer's panel gauges, inspecting plumbing for leaks/damage, rebuilding or replacing all plumbing valves/drains, checking pump/transmission for leaks, and updating to the Waterous VPO electric priming system.
  • Performance Standards: All work must adhere to NFPA specifications, with steel welding complying with AWS D1.1-96 and aluminum welding with AWS D1.2-96. Work must be certified and performed by a Master Fire EVT.

Contract Details

  • Contract Type: Firm Fixed Price
  • Period of Performance: The overall contract period is from March 2, 2026, to March 2, 2027. The refurbishment work itself is to be completed within 180 days after apparatus delivery.
  • Set-Aside: Unrestricted
  • NAICS Code: 811114 (Small Engine Repair) with a $9M size standard.
  • Product/Service Code: J012 (Maintenance, Repair And Rebuilding Of Equipment: Fire Control Equipment)

Submission & Evaluation

  • Submission Method: Quotes must be submitted via email to Sharon_larosa@nps.gov.
  • Offer Due Date: February 25, 2026, at 5:00 PM MT.
  • Questions Due: 7 business days prior to the offer due date.
  • Evaluation Criteria: Award will be based on the best value to the government, considering Price, Technical capability, and Prior Experience.
  • Required Submittals: Completed SF-18, signed acknowledgement of SF-18 and amendments, completed provisions (e.g., 52.204-24, 52.204-26), a project narrative (max 2 pages) demonstrating SOW capability, three prior experiences of similar size/scope within the past two years, a price schedule, and contractor core data (Name, Address, UEI, POC, Phone/Email).

Additional Notes

Yellowstone National Park will be responsible for delivering and picking up the apparatus. Bidders should review the provided Wage Determination for Park, CO, and WY, as it outlines minimum wage rates and fringe benefits required under the Service Contract Act for the specified counties. Optional pricing is required for items such as pump rebuild, tire replacement, and battery replacement, contingent on inspection findings. Offerors must be registered in SAM.

People

Points of Contact

LaRosa, SharonPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Feb 18, 2026
Version 2
Solicitation
Posted: Feb 6, 2026
View
Version 1
Solicitation
Posted: Jan 18, 2026
View
J--YELL REFURBISH ENGINE 4 | GovScope