SOURCES SOUGHT
99 -- Request for Information: Fire Truck Repair Services Across the NAVFAC SE AOR
- Notice Date
- 2/26/2026 7:55:50 AM
- Notice Type
- Sources Sought
- NAICS
- 811111
— General Automotive Repair
- Contracting Office
- NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N6945026RPW06
- Response Due
- 3/19/2026 11:00:00 AM
- Archive Date
- 04/03/2026
- Point of Contact
- Rebecca Jones, Phone: 9045024575, Cory Iselin, Phone: 9045426668
- E-Mail Address
-
rebecca.m.jones75.civ@us.navy.mil, cory.s.iselin.civ@us.navy.mil
(rebecca.m.jones75.civ@us.navy.mil, cory.s.iselin.civ@us.navy.mil)
- Description
- THIS REQUEST FOR INFORMATION (RFI) DOES NOT CONSTITUTE A REQUEST FOR EITHER A QUOTE OR PROPOSAL, OR AN INVITATION FOR A BID. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE CURRENTLY AVAILABLE. Naval Facilities Engineering Systems Command Southeast (NAVFAC SE) is exploring the use of a regional indefinite-delivery, indefinite quantity (IDIQ) contract for fire truck repairs for the various installations across the NAVFAC SE area of responsibility (AOR) to include but not limited to: Naval Air Station (NAS) Key West, Florida; Naval Support Activity (NSA) Panama City, Florida; NAS Joint Reserve Base (JRB) Fort Worth, Texas; NAS Kingsville, Texas; NAS Corpus Christi, Texas; NAS Joint Reserve Base (JRB) New Orleans, Louisiana; NCBC Gulfport, Mississippi and NAS Meridian, Mississippi. The Government is seeking to obtain information from industry regarding qualified and interested participants in an effort to create standardization and efficiencies in obtaining these services. Potential sources should have current relevant qualifications, experience, personnel, security approvals, equipment, and capability to perform the requested services. This information will support future procurement and contract development for fire truck repair services across NAVFAC SE installations. Background/Desired Outcome. NAVFAC SE currently uses stand-alone purchase orders to obtain fire truck repair services, issued on a firm-fixed price basis, by individual contracting field offices. The Government is seeking to obtain information from industry to assist in creating efficiencies and standardization in obtaining these services. The various installations have an inventory of Pierce, Oshkosh, Ford, KME, and E-One fire apparatus which may need repair or remove and replace services. Fire truck service requirements typically include services such as: heavy truck towing and mishap repair, parts, maintenance services, and/or technical support. There is a fleet of approximately 65 fire trucks. Due to the nature of the repairs, original equipment manufacturer (OEM) certified parts and technicians are often required to perform repairs. Some of the repairs may require Certification Level II Emergency Vehicle Technicians (EVTs). Any resultant contract will be issued on a firm-fixed price basis. The anticipated not-to-exceed value of this IDIQ is $5.0M over the life of the contract. The contract term is anticipated to be a one-year base period with four-one year option periods. There will be a minimum guarantee and/or seed project. The anticipated start date will be based upon the results of the market research as well as other various factors. Industry will be notified of the results of this evaluation and the set-aside determination via the pre-solicitation/synopsis notice. The primary NAICS Code for this procurement is 811111 with a size standard of $9.0M. FIRMS RESPONDING TO THIS RFI ARE ADVISED THEIR RESPONSE DOES NOT ENSURE PARTICIPATION IN FUTURE SOLICITATIONS OR CONTRACT AWARDS. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. SUBMITTAL RESPONSES: All industry representatives interested in responding to this RFI may do so by providing a written response to the questions provided herein and submit to rebecca.m.jones75.civ@us.navy.mil and cory.s.iselin.civ@us.navy.mil no later than 2:00PM EDT, Thursday, 19 March 2026. Any questions/inquiries submitted by industry regarding this requirement will be taken into consideration, but a formal response will not be provided as part of this market research. Responses to the questions provided herein must be submitted in electronic form (Microsoft Word, Adobe PDF format) submitted via email to the individuals identified above. Responses are limited to 5 pages in length, 5MB in size and should only include the information requested in the attached questionnaire. Do not submit brochures or other corporate marketing information. Please identify in the subject line of your response: �NAVFAC SE FIRE TRUCK REPAIR RFI�. Any questions may be submitted via email to: rebecca.m.jones75.civ@us.navy.mil and cory.s.iselin.civ@us.navy.mil. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. IN ORDER TO PROTECT THE PROCUREMENT INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/877d7e886400493eb01ee1916905503c/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07729004-F 20260228/260226230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |