Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2026 SAM #8873
SPECIAL NOTICE

J -- J--Maintenance and Repair Services Multiple Locations

Notice Date
3/11/2026 7:24:02 AM
 
Notice Type
Special Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
IBC ACQ SVCS DIRECTORATE (00004) HERNDON VA 20170 USA
 
ZIP Code
20170
 
Solicitation Number
DOIDFBO260033
 
Response Due
3/18/2026 2:00:00 PM
 
Archive Date
04/02/2026
 
Point of Contact
Szczesniak, Scott, Phone: 0000000000
 
E-Mail Address
scott_szczesniak@ibc.doi.gov
(scott_szczesniak@ibc.doi.gov)
 
Description
This Request for Information (RFI) is being issued by the Department of the Interior (DOI), Interior Business Center (IBC) for the Air Force Wildland Fire Branch (AFWFB). IMPORTANT! Please see attachments for additional information. The primary mission of the Air Force�s Wildland Fire Management Program is to conduct prescribed fire and mechanical fuel reduction for the purposes of ecosystem management and hazardous fuels reduction on all lands managed by the Air Force, on its installations located in all states and territories, in accordance with all Federal environmental laws and regulations, including the Sikes Act. As such, the AFWFB utilizes various vehicles and equipment on a daily basis that must be maintained and/or repaired when necessary. Thus, it is necessary to provide ongoing maintenance and repair services when required. Ongoing maintenance and repair services include providing for the servicing, maintenance, and repair, including minor and major repairs (e.g. overhaul, modification, or refurbishing), of designated equipment, vehicles, and associated items currently being utilized at AFWFB Wildland Support Modules (WSMs). This RFI is issued solely for information and planning purposes and shall not be construed as a solicitation, restrict the Government as to the ultimate acquisition apprch, or serve as an obligation on the part of the Government. The RFI is for planning purposes only and is being used as a market research tool in accordance with FAR 10.002(b). This is NOT a solicitation. Proposals or quotes will not be accepted for this document. Responders are advised that the United States Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested responder�s expense. Not responding to this RFI does not preclude participation in any future Request for Proposal, if any is issued. No evaluation letters and/or results will be issued to Responders responding to this RFI. All potential sources with the capability to provide the requirements referenced in the attached draft Performance Work Statement (PWS) are invited to submit their contact information with their responses. IBC will create an interested parties list for this project. The Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for any information received from potential sources. Only electronic mail will be acceptable for submissions. No feedback or evaluations will be provided regarding any submission. The information resulting from this RFI will determine interest and capabilities available in the marketplace; and will assist in developing acquisition strategy. The objective of this RFI is to identify potential vendors (large, small, and socioeconomic concerns) who have the experience and capabilities to successfully perform this work. The Government request any interested and capable source to provide a capability statement, feedback to the draft PWS, and to provide other helpful market research information. Vendors are also encouraged to provide information regarding plans to use joint venturing (JV) or partnering to meet the requirements areas contained herein. Details pertaining to the entire scope of work are contained in the attached Draft PWS. A second objective is to engage industry to identify risks and opportunities, provide recommendations and other insights as it pertains to the acquisition and the work contemplated in the PWS and attachments. IMPORTANT! The Government is considering multiple contract awards based on contractor location and ability to reasonably and responsively support the requirements at the geographically dispersed AFWFB WSMs. In your RFI response, list the AFWFB WSMs locations and equipment types your company can potentially support. Please review the PWS attachments carefully when making your determination.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/11e6dacbbd424a1f98038cc0d5d7af11/view)
 
Record
SN07741221-F 20260313/260311230040 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.