DoD awards $5.7M for Pumper Fire Trucks, with Fouts Bros Inc. securing the contract
Contract Overview
Contract Amount: $5,717,300 ($5.7M)
Contractor: Fouts Bros Inc
Awarding Agency: Department of Defense
Start Date: 2025-12-05
End Date: 2026-12-14
Contract Duration: 374 days
Daily Burn Rate: $15.3K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: 8511792974!PUMPER FIRE TRUCK
Place of Performance
Location: MILLEDGEVILLE, BALDWIN County, GEORGIA, 31061
State: Georgia Government Spending
Plain-Language Summary
Department of Defense obligated $5.7 million to FOUTS BROS INC for work described as: 8511792974!PUMPER FIRE TRUCK Key points: 1. Contract value of $5.7M for specialized fire suppression vehicles. 2. Awarded through full and open competition, suggesting a competitive bidding process. 3. Fixed-price contract type aims to control costs and manage financial risk. 4. Delivery order signifies a specific call-up against a larger contract vehicle. 5. Contract duration of approximately 1.5 years for delivery and performance. 6. No small business set-aside, indicating a focus on larger prime contractors.
Value Assessment
Rating: good
The contract value of $5.7M for pumper fire trucks appears reasonable given the specialized nature of the equipment. Benchmarking against similar Department of Defense procurements for fire apparatus would provide a more precise value-for-money assessment. The firm fixed-price structure helps mitigate cost escalation risks for the government. Without specific per-unit cost data or comparison to commercial off-the-shelf pricing for comparable models, a definitive value assessment is challenging, but the competitive award process suggests a fair market price was likely achieved.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The specific number of bidders is not provided, but this method generally fosters a competitive environment, which is beneficial for price discovery and achieving favorable terms for the government. The agency likely sought proposals that met stringent technical specifications for pumper fire trucks.
Taxpayer Impact: Full and open competition typically leads to better pricing for taxpayers by encouraging multiple vendors to offer their best terms. This process helps ensure that the government is not overpaying for essential equipment.
Public Impact
Military bases and personnel will benefit from enhanced firefighting capabilities. Services delivered include the provision of specialized pumper fire trucks. Geographic impact is likely concentrated where the Department of Defense operates fire services. Workforce implications may include training for operators and maintenance personnel on the new equipment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific bidder count limits assessment of competitive intensity.
- Absence of detailed technical specifications makes it difficult to evaluate equipment suitability.
- No information on warranty or post-delivery support services.
Positive Signals
- Firm fixed-price contract provides cost certainty.
- Awarded through full and open competition, suggesting a robust bidding process.
- Contract duration aligns with typical delivery timelines for specialized vehicles.
Sector Analysis
The procurement of pumper fire trucks falls within the broader Construction Machinery Manufacturing (NAICS 333120) sector, which includes manufacturers of construction and heavy-duty vehicles. This specific contract addresses a critical need for specialized firefighting equipment within the defense sector. Comparable spending benchmarks would involve analyzing other government contracts for similar emergency response vehicles, both within the DoD and other federal agencies like FEMA or the Forest Service. The market for such specialized vehicles is typically dominated by a few key manufacturers capable of meeting stringent military-grade specifications.
Small Business Impact
This contract was not awarded as a small business set-aside, and there is no indication of a small business subcontracting plan requirement. The prime contractor, Fouts Bros Inc., is likely a larger entity capable of fulfilling the complex requirements for pumper fire trucks. This means that opportunities for small businesses to participate in this specific contract as prime contractors are limited, though they might be involved as suppliers or subcontractors if Fouts Bros Inc. chooses to engage them.
Oversight & Accountability
Oversight for this contract will be managed by the Defense Logistics Agency (DLA), a key procurement arm of the Department of Defense. Accountability measures are inherent in the firm fixed-price contract type, which obligates the contractor to deliver specified goods at an agreed-upon price. Transparency is facilitated by the public nature of contract awards, though detailed performance metrics and inspection reports may not be publicly available. The Inspector General for the Department of Defense would have jurisdiction over any potential fraud, waste, or abuse related to this contract.
Related Government Programs
- Department of Defense Firefighting Equipment Procurement
- Defense Logistics Agency Vehicle Contracts
- Federal Emergency Response Vehicle Purchases
- Construction Machinery Manufacturing Contracts
Risk Flags
- Potential for delivery delays due to manufacturing complexity.
- Risk of technical non-conformance if specifications are not precisely met.
- Limited visibility into the number of competing bids.
- Absence of detailed performance metrics in the award summary.
Tags
defense, department-of-defense, defense-logistics-agency, construction-machinery-manufacturing, fire-trucks, full-and-open-competition, firm-fixed-price, delivery-order, fouts-bros-inc, georgia, large-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $5.7 million to FOUTS BROS INC. 8511792974!PUMPER FIRE TRUCK
Who is the contractor on this award?
The obligated recipient is FOUTS BROS INC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Defense Logistics Agency).
What is the total obligated amount?
The obligated amount is $5.7 million.
What is the period of performance?
Start: 2025-12-05. End: 2026-12-14.
What is the track record of Fouts Bros Inc. in supplying similar fire apparatus to the federal government?
Information regarding Fouts Bros Inc.'s specific track record with the federal government for supplying pumper fire trucks is not detailed in the provided data. A comprehensive analysis would require reviewing historical contract awards to Fouts Bros Inc. from agencies like the DoD, GSA, or other federal entities. This would involve examining past performance, delivery timeliness, product quality feedback, and any past disputes or contract modifications. Understanding their experience with government procurement processes, including compliance with federal acquisition regulations, is crucial for assessing their reliability on this current $5.7M award.
How does the awarded price of $5.7M compare to market rates for similar pumper fire trucks?
The awarded price of $5.7M for pumper fire trucks needs to be benchmarked against current market rates for comparable vehicles. This comparison should consider the specific features, capacity, and certifications required by the Department of Defense, which often exceed civilian standards. Analyzing recent sales data from commercial fire apparatus manufacturers, as well as other federal or state government contracts for similar equipment, would provide a basis for comparison. Factors such as the number of units procured, customization levels, and included support services (e.g., training, extended warranties) will influence the per-unit cost and overall contract value, making direct comparisons challenging without detailed specifications.
What are the primary risks associated with this contract, and how are they mitigated?
Primary risks for this contract include potential delays in manufacturing and delivery, technical issues with the specialized fire trucks, and the possibility of cost overruns if the firm fixed-price contract does not adequately account for all contingencies. Mitigation strategies include the firm fixed-price contract type itself, which places the cost risk on the contractor. The contract duration of approximately 1.5 years allows for a reasonable production and delivery schedule. The Department of Defense's oversight through the Defense Logistics Agency, coupled with potential performance bonds and inspection protocols, further mitigates risks related to quality and timely delivery. However, the lack of detailed performance metrics in the award data makes a full risk assessment difficult.
What is the expected effectiveness of these pumper fire trucks in enhancing the DoD's firefighting capabilities?
The effectiveness of these pumper fire trucks hinges on their technical specifications meeting the demanding operational requirements of the Department of Defense. Pumper trucks are critical for providing water and foam suppression capabilities at the scene of fires, particularly in complex environments like military installations. Enhanced capabilities would translate to faster response times, greater extinguishing capacity, and improved safety for military personnel and assets. The effectiveness will be directly tied to the reliability, maneuverability, and specific pumping capacities of the trucks delivered by Fouts Bros Inc., as well as the training provided to the operators and maintenance crews.
How has DoD spending on pumper fire trucks trended over the past five fiscal years?
Analyzing the historical spending trends of the Department of Defense on pumper fire trucks over the past five fiscal years would provide valuable context for the current $5.7M award. This trend analysis would reveal whether spending has been consistent, increasing, or decreasing, and identify any significant procurement cycles or surges. Understanding these patterns can help determine if this award represents a routine replacement/upgrade cycle, an expansion of firefighting assets, or a response to specific identified needs or threats. Such data would also highlight the typical contract values and award frequencies for this type of specialized equipment within the DoD.
What are the implications of the 'Delivery Order' (AW) designation for this contract?
The 'Delivery Order' (AW) designation indicates that this $5.7M award is a specific call-up against a potentially larger, pre-existing contract vehicle, such as a Basic Ordering Agreement (BOA) or a Multiple Award Indefinite Delivery/Indefinite Quantity (MA-IDIQ) contract. This means that Fouts Bros Inc. likely holds a broader contract with the Defense Logistics Agency or another DoD entity, and this award represents a specific order for a defined quantity of pumper fire trucks. The implications include that the terms and conditions, and potentially pricing, were established when the parent contract was awarded. This method can streamline procurement for recurring needs but might offer less flexibility in renegotiating terms for individual orders compared to a standalone contract.
Industry Classification
NAICS: Manufacturing › Agriculture, Construction, and Mining Machinery Manufacturing › Construction Machinery Manufacturing
Product/Service Code: CONSTRUCT/MINE/EXCAVATE/HIGHWY EQPT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 138 ROBERSON MILL RD NE, MILLEDGEVILLE, GA, 31061
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $5,717,300
Exercised Options: $5,717,300
Current Obligation: $5,717,300
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: SPE8EC25D0053
IDV Type: IDC
Timeline
Start Date: 2025-12-05
Current End Date: 2026-12-14
Potential End Date: 2026-12-14 00:00:00
Last Modified: 2025-12-05
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)