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 18, 2026, 8:00 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 Department of the Interior, National Park Service is soliciting proposals for the refurbishment of Fire Engine 4 for Yellowstone National Park. This Firm Fixed-Price opportunity aims to extend the service life of a 2005 Pierce Contender fire engine by an additional 15 years. The acquisition is Unrestricted, and proposals are due by February 18, 2026, at 1300 MS.

Scope of Work

The comprehensive refurbishment of Engine 4 includes, but is not limited to:

  • Engine and Driveline: Upgrading cooling system, inspecting engine/transmission for leaks, replacing belts, inspecting/testing alternator, replacing batteries/cables, and inspecting driveline.
  • Chassis & Brakes: Updating suspension (springs, shock absorbers), complete brake replacement at wheel ends, and replacing brake valves.
  • Seals & Bearings: Replacing wheel and hub seals, inspecting wheel bearings.
  • Lighting & Electrical: Removing gas-powered generator, replacing 240V scene lights with 12V LED, replacing all emergency lights with LED, and installing new auxiliary lighting (brow light bar).
  • Damage Repair: Repairing impact damage, replacing damaged marker light, and replacing front bumper speaker.
  • NFPA Compliance Updates: Updating rear face with chevrons, ensuring reflective striping meets NFPA standards, installing new heavy-duty aluminum wheels, replacing both windshields, and replacing all seat belts to meet NFPA specifications. Replacing five in-seat SCBA brackets with SmartDock Gen II SCBA Brackets.
  • Equipment Installation: Installing chargers for thermal imaging camera, GPS, gas monitor, and a 6-way fuse block.
  • Fire Pump: Evaluating engineer's panel gauges, inspecting plumbing for leaks/damage, rebuilding/replacing all plumbing valves and drains, checking pump/transmission for leaks, and updating to a Waterous VPO electric priming system.

Performance Standards

All work must adhere to NFPA specifications, with certification required. Steel welding must comply with AWS D1.1-96, and aluminum welding with AWS and ANSI D1.2-96. All work must be certified and performed by a Master Fire EVT.

Contract & Timeline

  • Contract Type: Firm Fixed Price
  • Period of Performance: February 23, 2026, to February 23, 2027 (overall); 180 days for refurbishment work after apparatus delivery.
  • Set-Aside: Unrestricted
  • Offer Due Date: February 18, 2026, 1300 MS
  • Questions Due: 7 business days prior to the offer due date.
  • NAICS Code: 811114 (Small Engine Repair) with a $9M size standard.

Evaluation & Submission

Award will be based on Best Value to the Government, considering Price, Technical capability, and Prior Experience. Proposals must be submitted via email to Sharon_larosa@nps.gov and include:

  • Completed and signed SF-18 and acknowledged amendments.
  • Completed Provisions (including FAR clauses 52.204-24, 52.204-26).
  • A project narrative (max 2 pages) demonstrating ability to meet the SOW.
  • Three prior experiences of similar size and scope within the past two years.
  • A detailed Price Schedule.
  • Contractor Core Data (Name, Address, UEI, POC, Phone/Email).

Additional Notes

Bidders must account for the U.S. Department of Labor Wage Determination for the Service Contract Act, which specifies minimum wage rates and fringe benefits for various occupations in specific Wyoming counties. Yellowstone National Park will handle delivery and pickup of the apparatus.

People

Points of Contact

LaRosa, SharonPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Feb 18, 2026
View
Version 2
Solicitation
Posted: Feb 6, 2026
View
Version 1Viewing
Solicitation
Posted: Jan 18, 2026