Procurement Opportunities (Bids)


REQUEST FOR PROPOSAL (RFP)

Request for Proposals: Claremont FIRE DEPARTMENT- FIRE ENGINE

REQUEST FOR PROPOSALS 

Claremont FIRE DEPARTMENT

FIRE ENGINE

Issued: January 6th, 2026

 

You are cordially invited to submit a proposal for a new NFPA compliant Fire Engine in accordance with the attached specifications terms and conditions. Prospective respondents are advised to read this information carefully prior to submitting a proposal. The Claremont Fire Department anticipates ordering this apparatus in July 2026. This timeline is dependent on approval of funding.

 

 

All proposals must be sealed and received by:

February 18th,2026

Deadline: 4PM

 

REQUEST FOR PROPOSAL

2025/2026 NFPA Compliant Fire Engine

 

DEADLINE: February 18th, 2025, at 4:00PM. Public bid opening on Friday, February 20th at 0900 at the City Council chambers, located at 58 Opera House Sq. Claremont, NH 03743.

The following pages include specifications requested by the Claremont Fire Department for the purchase of a new fire engine.  Interested bidders are required to have their competitive sealed bid proposal submitted by the above-mentioned deadline:

         

Mailing Address:

City Manager’s Office

ATTN: Nancy Bates

58 Opera House Sq

Claremont, New Hampshire 03743

 

All bid packages shall be sealed and clearly identified as: “Claremont Fire Department Fire Engine Proposal”.

 

Intent of Specifications

It is the intent of these specifications to describe the layout, furnishing and desires of the Purchaser. The vendor is responsible to ensure a complete Fire Engine equipped as required by current edition of NFPA.  The Fire Engine will meet current NFPA 1901 and ISO requirements for equipment and performance.   The primary objective of these specifications is to obtain the most acceptable Fire Engine for service in the Claremont Fire Department. These specifications do not cover specific requirements as to the type of construction and tests to which the Fire Engine must conform.  However, where specified, certain details such as finish, material preferences, and equipment, the successful bidder must confirm, or in writing detail the exception.

The design of the fire engine must embody the latest approved automotive design practices. The workmanship must be of the highest quality in its respective field. Special consideration shall be given to service access to areas needing periodic maintenance and ease of operation. Construction must be heavy duty and ample safety factors must be provided to carry loads as specified. The construction method employed will be in such a manner as to allow ready removal of any component for service or repair.

The fire engine shall conform to all Federal Motor Vehicle Safety Standards. No exception.

Each bidder shall furnish satisfactory evidence of their ability to design, engineer, and construct the fire engine specified and shall state the location of the factory producing the fire engine. They shall also substantiate they are in a position to render prompt and proper service and to furnish replacement parts for the fire engine.

Each proposal must be accompanied by a set of detailed contractor specifications consisting of a detailed description of the fire engine and equipment proposed. These specifications shall include size, location, type, and model of all components being furnished. Detailed information shall be provided on the materials used to construct all facets of the fire engine body.

All Emergency and module lighting shall be LED with no exceptions.

Proposals will be submitted in accordance with this RFP.

This proposal will include travel expenses for a preconstruction factory trip for three (3) department members, and a final acceptance factory trip for three (3) department members.

It shall be the responsibility of the bidder to ensure that their proposal arrives by February 18th, 2025. Late proposals, telegrams, facsimile, or telephone bids will not be considered. No exception.

All bidders are required to detail the payment terms for apparatus on the bidder's proposal page. Any required prepayments or progress payments must be explained in detail.

The City of Claremont reserves the right to accept or reject any and all proposals.

 

Reference List

Each proposal shall be accompanied by a list of at least three (3) similarly constructed fire engines currently in service in Maine, New Hampshire, Vermont, or Massachusetts. Each reference must be a fire engine built of the same construction style as these specifications call for. This list shall include customers’ names, addresses, date fire engine was placed in service, and current contact with phone number.

 

FIRE ENGINE

  • Overall length of vehicle not to exceed 33’ (396”)
  • Overall height of vehicle not to exceed 11’ (132”)
  • West coast style mirrors
  • 4-Person cab with 3 SCBA seats.
  • The SCBA seats will be equipped with the SCBA retention system.  
  • Cab is to be configured as to include a compartment for medical equipment on the driver’s side that can be accessed from the interior and exterior of the apparatus. A similar compartment on the officer’s side.
  • The vehicle will come with a new dual head radio; Motorola brand is preferred to maintain consistency with our current radios configuration. One head is to be mounted in the cab and the second head to be mounted at the pump panel.
  • The cab will have an area for a portable radio charging station. (Supplied by the department)
  • Cab will have scene lighting on the driver side, officer side, front and rear.
  • Apparatus body will be equipped with LED scene lighting.  
  • Vehicle will come equipped with all equipment required by the current edition (2016) of NFPA 1901 Chapter 5. Exception: SCBAs to be supplied by the department.
  • 1500 GPM single stage pump with air primer
  • The apparatus will be equipped with a front intake that is operated from the pump panel.
  • 1000-gallon water tank with tank level indicators on both sides and rear of the truck.
  • Foam pro system or similar capable of running class A foam with 20-gallon tank
  • Side mounted pump panel.
  • The pump panel will come equipped with a push button switch that can activate the apparatus air horn. Marked to be used for emergency evacuation notification.
  • Pump control will be Class1 TPG or similar.   
  • Electric remote control, heated mirrors.
  • EPA compliant diesel engine without SCR, DPF, and EGR (if allowed at time of manufacture) with minimum of 450 HP or appropriate HP for the weight of the vehicle.
  • The vehicle shall be geared with a top speed of 60-62 mph.
  • The vehicle will be equipped with an automatic transmission.
  • Engine hour meter.
  • OEM AM/FM/Weather radio.
  • The vehicle will have an extended front bumper painted body color.
  • Dual purpose backup and cornering camera system with viewing from driver’s seat.
  • Aluminum wheels painted black with chrome lug covers and center caps.
  • Exhaust to be compatible with Plymovent® exhaust system.
  • In bumper air powered horns with controls on driver and officer’s side.
  • In bumper mounted mechanical siren with controls on driver and officer’s side.
  • (4) Cab mounted 2.1-amp (minimum each) USB style charging ports for portable electronic devices.  (2) Should be dash mounted and (2) mounted near map box area (locations must be customer approved), these should be constantly powered.
  • 110v power supply in the cab.
  • All compartments shall be illuminated using LED lighting.
  • A traffic advisor that will activate independently and with the emergency warning lights will be controlled from within the cab and accessible to the driver.
  • The emergency light warning package will comply with current NFPA requirements and be LED.
  • LED headlights, brake lights, turn signals, and backup lights.
  • The reflective stripping and lettering will match the current department lettering design.
  • The vehicle will be painted red and black, matching current department apparatus. Mission statement to be worded on back of Engine: ‘Rooted In Substance’
  • 6” Red and Black scotch lite chevrons shall cover as much of the rear as possible.
  • The body of the apparatus will be designed to provide the maximum compartment storage available. Total square footage of available compartment space will be included in proposal.
  • The body of the apparatus will be constructed of either aluminum or stainless steel.  
  • The body will be equipped with SCBA storage at or near the wheel well on driver side of the apparatus.
  • The body will be equipped with swing-out compartment doors.
  • The apparatus will be equipped with overhead ladder rack for a 28’ extension ladder, 16’ roof ladder, hard suction hose and a 14’ Fresno style attic ladder
  • The hose bed of the apparatus will be constructed in a way that will allow for the required hose to be carried as outlined in NFPA 1901.
  • The hose bed of the apparatus will be constructed so personnel will have access to the hose from the ground without having to climb on the truck.
  • Hose bed shall be constructed to carry a minimum of 2000’ of 4” LDH, 2 1 ¾” pre connected attack lines at the rear of the truck both 200’ preconnected with 300’ of dead lay under it. 1 pre connected 200’ 2 ½” handline with 300’ of dead lay under it, with connections of all pre-connects accessible from the rear.   
  • The apparatus will be configured with 2 pre-piped cross lays able to carry a minimum of 200’ of 1 ¾” attack lines.
  • Cross lays will be able to be accessed by personnel without having to climb onto running boards of the apparatus.  
  • The apparatus will be equipped with a pre-piped deck gun capable of flowing up to 1000 gpm. The deck gun shall not exceed the 11’ height requirement when stowed.
  • The apparatus is to be equipped with top-mounted booster reel with electric rewind. The reel will come with 200’ of 1” booster line.

 

Other Equipment:

  • 2000’ of 4” hose
  • 1400’ of 1 ¾” hose
  • 500” of 2 ½” hose
  • 4 1¾’ nozzles combination
  • 1 2 ½ Solid bore nozzle
  • Thermal imaging camera
  • 28’ extension ladder
  • 16’ roof ladder
  • 2-6” hard suction hose (10’ each)
  • 14’ Fresno style attic ladder
  • 4 gas meter
  • 4 Scott air packs
  • 2 halligans  
  • 2 flathead axes
  • 2 pickhead axes
  • 2 NY style roof hooks
  • 2 Boston style roof hooks
  • 1 8lb maul
  • 1 battery operated vent fan
  • 2 battery tower lights
  • Cordless drill & Sawzall battery tools
  • Wall ladder
  • Mobile radio and associated equipment
  • Metal Wheel Chock

Warranties

List of all warranties shall be provided.

Service

Location of service facility and services provided.

           

Questions/Inquires

Deputy Chief Andrew Stevens

100 Broad Street

Claremont, NH 03743

(603) 542-5156

astevens@claremontnh.com

 

 

 

Submission Deadline: February 18, 2026

Documents

Contact Information

Fire Department
Deputy Chief Andrew Stevens | astevens@claremontnh.com

 

 

BACK TO LIST

Procurement Policy

View the City of Claremont Procurement Policy here.