COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS
General Information
Document Type:
Combined Synopsis/Solicitation
Solicitation Number:
W912JC-25-Q-12327813
Response Date:
August 15,2025
Posting Date
July 25, 2025
Product Classification Code:
4910 Motor Vehicle Maintenance and Repair Shop Specialized Equipment
Set Aside:
Small Business Set Aside
NAICS Code:
81114 Specialized Automotive Repair
Contracting Office Address
USPFO for Kansas
2737 S Kansas Avenue
Topeka KS 66611
Description
This is a solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.
This solicitation is being issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 dated June 11, 2025 and Defense Federal Acquisition Regulation (DFARS) Change 01/17/2025.
The associated North American Industrial Classification System (NAICS) code for this procurement is 811114 Specialized Automotive Repair, with a small business size standard of $9 Million. In accordance with the Federal Acquisition Regulation (FAR) Part 19.502-2(b), this procurement is a 100% set-aside for Small Businesses.
The USPFO for Kansas intends to award a Firm Fixed Price contract.
Contracting Office: USPFO for Kansas (W912JC)
2737 S Kansas Avenue
Topeka Kansas 66611
Government Points of Contact: Contracting Officer: Vernon L. Verschelden; vernon.l.verschelden.civ@army.mil and Contract Specialist: James D. Sparkes; james.d.sparkes.civ@army.mil
Inquiry regarding this solicitation Due: August 08, 2025 03:00PMCST
Solicitation Closes: August 15,2025 03:00PMCST
Submit inquiries and solicitations to Contract Specialist: James D. Sparkes; james.d.sparkes.civ@army.mil
The Kansas Army National Guard has a requirement for the maintenance services and repairs for four (4) Fire Truck Engines and one (1) Fire Tender Truck. All work shall conform to applicable industry and manufacturer standards. Work not meeting these standards shall be corrected by the Contractor at no additional cost to the Government. The contractor shall diagnose and restore operational functionality of the auxiliary engine for the wildland pump located on ENGINE #1 and ENGINE #2 as listed on Technical Exhibit 2 of the accompanied Performance Work Statement (PWS). This includes but is not limited to the diagnosis, repair or replacement of external and internal control panels, transducers, throttles and labor associated with restoring normal operation. Additionally, the Repair, or if necessary, replace the damaged Air Suspension Kit and leaking / flat inside tire on ENGINE #2. Contractor is to also perform Preventative Maintenance: Contractor shall ensure KSARNG Trucks listed on Technical Exhibit 2 are maintained in accordance with manufacturer’s recommendations by performing preventative maintenance. The preventative maintenance shall be accomplished through the manufacturer’s recommended maintenance schedules. Service maintenance at a minimum shall include engine oil, fuel and oil filters changed, and replace the fuel water separators. The contractor shall conduct visual inspection and determine any additional lubrication services as needed. Contractor shall perform pump test certification on all applicable vehicles listed in Technical Exhibit 2 in accordance with NFPA 1911 Regulations.
KSARNG Fire Trucks operate out of Salina, Kansas and are housed at the KSTC Range Complex in LINDSBORG, KS.
The government will deliver the fire trucks to the service location within 50 Miles of Salina Kansas. Outside of that range the cost of transporting the Fire Trucks is at the contractors expense.
Vehicle Listing
Tender Truck
Manufacturer: Pierce Manufacturing
Chassis: International
Manufacturer Build number: 35248-8 MFR DATE: 05/21
TYPE-3 Engines
Manufacturer: Pierce Manufacturing
Chassis: International
Engine #1: Manufacturer Build number: 34537-5 MFR DATE 10/20
Engine #2: Manufacturer Build number: 34537-4 MFR DATE 10/20
TYPE-4 Engines
Manufacturer: Rosenbauer
Chassis: Freightliner
Engine #3: Manufacturer Build number: 18532. MFR DATE 06/22
Engine #4: Manufacturer Build number: 18533. MFR DATE 06/22
Evaluation Criteria: Lowest price offered meeting all required standards as expressed herein and in the Performance Work Statement(PWS) accompanied. Vendor must be registered in SAM.GOV with active status and registered as small business, and in compliance with the below listed provisions.
CLAUSES INCORPORATED BY REFERENCE
252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 2011-09
252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2022-12
252.203-7005 Representation Relating to Compensation of Former DoD Officials. 2022-09
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. 2016-10
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 2024-05
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation. 2021-05
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. 2023-01
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. 2023-11
252.204-7020 NIST SP 800-171 DoD Assessment Requirements. 2023-11
252.204-7024 Notice on the Use of the Supplier Performance Risk System. 2023-03
252.211-7003 Item Unique Identification and Valuation. 2023-01
252.223-7008 Prohibition of Hexavalent Chromium. 2023-01
252.225-7000 Buy American--Balance of Payments Program Certificate. 2024-02
252.225-7001 Buy American and Balance of Payments Program. 2024-02
252.225-7002 Qualifying Country Sources as Subcontractors. 2022-03
252.225-7055 Representation Regarding Business Operations with the Maduro Regime. 2022-05
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. 2023-01
252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation. 2023-06
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region. 2023-06
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 2018-12
252.232-7006 Wide Area WorkFlow Payment Instructions. 2023-01
252.232-7010 Levies on Contract Payments. 2006-12
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. 2023-01
252.244-7000 Subcontracts for Commercial Products or Commercial Services. 2023-11
252.246-7008 Sources of Electronic Parts. 2023-01
252.247-7023 Transportation of Supplies by Sea. 2024-10
52.201-1 Acquisition 360: Voluntary Survey. 2023-09
52.204-13 System for Award Management Maintenance. 2018-10
52.204-16 Commercial and Government Entity Code Reporting. 2020-08
52.204-18 Commercial and Government Entity Code Maintenance. 2020-08
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 2021-11
52.204-29 Federal Acquisition Supply Chain Security Act Orders- Representation and Disclosures. 2023-12
52.204-7 System for Award Management. 2024-11
52.212-1 Instructions to Offerors-Commercial Products and Commercial Services. 2023-09
52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services. 2024-05
52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services. 2023-11
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services. 2025-01
52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities. 2024-11