Opportunity

SAM #PANNGB-26-P-0000033069

Oshkosh Stryker Fire Truck Wet Pump Clutch Replacement and Repair Services

Buyer

W7MT USPFO Activity Alang 187

Posted

April 03, 2026

Respond By

April 14, 2026

Identifier

PANNGB-26-P-0000033069

NAICS

811121, 811198

This opportunity seeks qualified sources for the replacement and repair of a 6-inch Wet Pump Clutch assembly on an Oshkosh Stryker Fire Truck (Model: 06L00344) for the 187th Fighter Wing in Montgomery, Alabama. - Government Buyer: - Department of the Air Force, 187th Vehicle Management (187th Fighter Wing Contracting Office) - OEMs and Vendors: - Oshkosh (manufacturer of the Stryker Fire Truck) - Products/Services Requested: - 6-inch Wet Pump Clutch (Wet Drive Clutch Pack Assembly) replacement for Oshkosh Stryker Fire Truck - Quantity: 1 assembly - Includes removal of faulty assembly, furnishing and installing new assembly, and function testing - Repair services for the fire truck, including all labor, equipment, tools, materials, supervision, and quality control - Certified Emergency Vehicle Technicians required for maintenance or inspection - Transportation of the fire truck if needed - Unique or Notable Requirements: - Maintenance must be performed or inspected by Certified Emergency Vehicle Technicians - Contractor must provide all necessary resources for a complete repair - Work supports the 187th Flying mission and Montgomery Regional Airport - Place of Performance: - 187th Fighter Wing, Bldg 1303, 5187 Selma Hwy, Montgomery, AL 36108

Description

SOURCES SOUGHT SYNOPSIS

Notice ID: PANNGB-26-P-0000 033069

Agency/Office: 187th Fighter Wing Contracting Office

Synopsis:

The 187th Fighter Wing (FW) Contracting Office is releasing this Sources Sought Synopsis (SSS) in support of Market Research being conducted to identify potential sources for the procurement of a 6" Wet Pump Clutch replacement for an Oshkosh Stryker Fire Truck (Model: 06L00344). The results of this market research will be used to determine if this procurement can be a competitive requirement or a Small Business Set-Aside.

This is not a Request for Proposal (RFP) or a solicitation, and this notice does not constitute an indication that a contractual commitment will exist for this requirement. The government does not intend to award a contract on the basis of this market research. No funds are available to fund the information solicited.

The proposed North American Industry Classification Systems (NAICS) Code is 811198 (All Other Automotive Repair and Maintenance), which has a corresponding Size Standard of $10,000,000.

The Government is interested in responses from all businesses, to include: Large Business, Small Business, Small Disadvantaged Businesses (SDB), 8(a) Certified Businesses, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), HUBZone Businesses, and Women-Owned Small Businesses (WOSB).

The government requests that interested parties respond to this notice if applicable and identify their small business status according to the identified NAICS code.

Additionally, please provide any anticipated teaming arrangements, along with a description of similar parts offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.

Submission Requirements:

Submit the following information in a single PDF Document:

Company Name and Address CAGE Code Unique Entity ID (UEI) Company business size by NAICS code Small Business Type(s), if applicable Point of Contact for questions and/or clarification Telephone Number, fax number, and email address Company Web Page URL Teaming Partners (if applicable) Provide any recommendations and/or concerns regarding this potential procurement.

Please email your complete response with the subject line "Response to Sources Sought Notice: [Insert Notice ID Here]" to the following address:

Point of Contact: Jeremy Hendrick Email: jeremy.hendrick@us.af.mil

The deadline for submission is 14 April 2026 by 12:00 P.M.

This SSS is issued solely for informational and planning purposes. The information in this notice is current as of the publication date but is subject to change and is not binding on the Government. Oral submissions of information are not acceptable.

View original listing