Self-Contained Breathing Apparatus (SCBA) Annual Testing
ID: FA480925Q0090Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4809 4TH CONS SQ CCSEYMOUR JOHNSON AFB, NC, 27531-2456, USA

NAICS

Testing Laboratories and Services (541380)

PSC

MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS (J042)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, North Carolina, is soliciting quotes for the annual testing of Self-Contained Breathing Apparatus (SCBA) equipment. The procurement involves comprehensive flow testing services for MSA G1 SCBA packs, masks, RIT packs, and escape packs, ensuring compliance with NFPA 1852 standards to maintain the safety and operational readiness of critical firefighting equipment. This contract, valued at $19,500,000, includes a base year and four option years, with services scheduled to commence on January 1, 2026, and conclude on December 31, 2030. Interested vendors must submit their quotes via email to the designated contacts by the deadline of December 16, 2025.

    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the annual testing requirements for Self-Contained Breathing Apparatus (SCBA) at Seymour Johnson Air Force Base, Goldsboro, NC. The contractor is responsible for providing all labor, equipment, and materials to perform annual flow tests on MSA G1 SCBA components, including packs, masks, escape packs, and RIT packs. All testing must comply with NFPA 1852 standards, specifically paragraphs 7.5.1, 7.5.5, and 7.5.6. Contractor personnel must be MSA Care Technician Certified. Documentation of testing and compliance is required upon completion. The testing will occur during a single annual visit at the SCBA Maintenance Room, Building 4601, 2020 Jabara Avenue. Scheduling requires a minimum of 14 calendar days' advance coordination with the Fire Chief or designated representative. This SOW ensures the safety and operational readiness of critical firefighting equipment.
    This Statement of Work (SOW) outlines the requirements for annual testing of Self-Contained Breathing Apparatus (SCBA) for fire fighting, specifically MSA G1 components. The work includes furnishing all labor, equipment, and materials to perform annual flow tests on MSA G1 SCBA, MSA G1 Masks, MSA Escape Packs, and MSA G1 RIT Packs with Masks. All testing must comply with NFPA 1852 standards, particularly sections 7.5.1, 7.5.5, and 7.5.6. Contractor personnel must be MSA Care Technician Certified. Documentation of testing and compliance is required upon completion. The testing will take place at Seymour Johnson Air Force Base, Goldsboro, NC, in the SCBA Maintenance Room (Building 4601, 2020 Jabara Avenue). Scheduling requires a minimum of 14 calendar days' advance coordination with the Fire Chief or a designated representative.
    The Statement of Work (SOW) outlines the requirements for the annual testing of Self-Contained Breathing Apparatus (SCBA) units at Seymour Johnson Air Force Base in Goldsboro, NC. The contractor is responsible for providing all necessary labor, equipment, and materials to conduct annual flow tests on MSA G1 SCBA components, ensuring compliance with NFPA 1852 standards. Key requirements include that testing personnel must hold MSA Care Technician Certification and must document testing results to confirm compliance. The scope includes testing various types of SCBA equipment, such as MSA G1 packs, masks, escape packs, and RIT packs. Testing must be scheduled at least 14 days in advance with the Fire Chief or designated representative, conducted at the SCBA Maintenance Room specified in the location details. This SOW emphasizes the importance of safety and regulatory compliance in maintaining firefighting equipment essential for emergency services.
    This government solicitation, FA480925Q0090, is a Request for Proposal (RFP) issued by the US Air Force for annual flow testing of MSA G1 SCBA packs, masks, and escape packs. The total award amount is USD 19,500,000.00. The contract includes an initial period of performance from October 1, 2025, to September 30, 2026, with four one-year option periods extending through September 30, 2030. It is a total small business set-aside with a NAICS code of 541380. Key requirements include compliance with various FAR and DFARS clauses, such as those related to electronic invoicing via WAWF, sustainable products and services, and various labor and employment standards. The document outlines detailed delivery and inspection instructions, insurance requirements, and includes provisions for options to extend services and the contract term.
    This government solicitation, FA480925Q00900001, issued by FA4809 4TH CONS SQDN CC at Seymour Johnson AFB, NC, is a Request for Proposal (RFP) for annual SCBA (Self-Contained Breathing Apparatus) flow testing services, specifically for MSA G1 SCBA Packs, Masks, RIT Packs, and Escape Packs. The total award amount is USD 19,500,000.00, with an offer due date of August 14, 2025. The contract includes multiple option line items extending the period of performance from October 2025 to September 2030. Key requirements include compliance with various FAR and DFARS clauses, particularly those related to sustainable products, electronic invoicing via Wide Area WorkFlow (WAWF), and contractor insurance. The document specifies detailed inspection and acceptance locations at Seymour Johnson AFB, with Mr. Sean Tucker as the point of contact for these services. This RFP is set aside for Women-Owned Small Businesses (WOSB) and outlines stringent requirements for contractors regarding ethical conduct, labor standards, and supply chain security.
    This government solicitation, FA480925Q00900002, is an RFP for Women-Owned Small Businesses (WOSB) for SCBA Annual Flow Testing services for MSA G1 SCBA packs, masks, RIT packs, and escape packs. Issued by FA4809 4TH CONS SQDN CC, the solicitation has an issue date of August 1, 2025, and an offer due date of December 16, 2025, at 10:00 AM. The total award amount is USD 19,500,000.00. The contract includes a base year and four option years, with services performed annually from January 1, 2026, to December 31, 2030. Key clauses include those related to sustainable products, electronic invoicing via Wide Area WorkFlow (WAWF), and various FAR and DFARS clauses covering areas like small business utilization, equal opportunity, and combating trafficking in persons.
    The document is an amendment to Solicitation Number FA480925Q0090, issued by FA4809 4TH CONS SQDN CC at Seymour Johnson AFB, NC. The amendment, dated August 12, 2025, serves two primary purposes: to amend the Statement of Work for 'SCBA Annual Testing' and to extend the solicitation due date from August 13, 2025, to August 14, 2025. This modification is formally identified as amendment/modification number 0001 to the original solicitation dated August 1, 2025. Offerors must acknowledge receipt of this amendment by returning signed copies, acknowledging it on their offer, or sending a separate communication, all prior to the new offer receipt deadline.
    This document is Amendment/Modification 0002 to Solicitation FA480925Q0090, issued by the 4th Contracting Squadron at Seymour Johnson AFB, NC, on December 9, 2025. The primary purpose of this modification is to remove the small business set-aside. Key changes include extending the response due date from August 14, 2025, to December 16, 2025. Additionally, the quantities for several line items (0001, 0002, and option line items 1001, 1002, 2001, 2002, 3001, 3002, 4001, 4002) have been increased by 14 units each. The periods of performance for line items 0001-0004 and all corresponding option line items (1001-1004, 2001-2004, 3001-3004, 4001-4004) have been shifted from an October 1st start to a January 1st start and extended by three months, maintaining a one-year duration. The document also updates several FAR clauses, most notably 52.212-5, with revised dates and new deviations, and specifies clauses applicable to commercial products and services, including those related to ByteDance, Convict Labor, Equal Opportunity, Combating Trafficking in Persons, and Unmanned Aircraft Systems.
    The document outlines a solicitation for contracting services specifically for Women-Owned Small Businesses (WOSB) focused on the annual testing of Self-Contained Breathing Apparatus (SCBA) equipment at Seymour Johnson Air Force Base. The total contract is valued at approximately USD 19,500,000, with bids due by 10:00 AM on August 13, 2025, identified under requisition number FA480925Q0090. The scope of the contract includes various testing services for SCBA packs, masks, and escape packs, with detailed item quantities and expected delivery timelines specified for each line item. Additional clauses and requirements are included for contract administration, detailing payment processes and contractor obligations under federal regulations, including insurance and sustainable practices. The document highlights various compliance requirements such as inspection standards and point-of-contact details for oversight. Overall, the document emphasizes the need for rigorous adherence to federal acquisition regulations while promoting opportunities for small businesses within the procurement process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    42--BREATHING APPARATUS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of breathing apparatus, specifically NSN 4240015791027, with a requirement for 12 units to be delivered to DLA Distribution San Joaquin within 110 days after order. This equipment is critical for fire, rescue, and safety operations, ensuring the safety of personnel in hazardous environments. The solicitation is set aside for Women-Owned Small Businesses (WOSB), and all responsible sources are encouraged to submit electronic quotes, as hard copies will not be available. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, and the solicitation can be accessed through the DLA's DIBBS website.
    42--BREATHING APPARATUS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of breathing apparatus, specifically NSN 4240017224795, with a requirement for 93 units to be delivered to FB4654 434 LRS LGRS within 20 days after order (ADO). This equipment is critical for fire, rescue, and safety operations, underscoring its importance in ensuring the safety and operational readiness of military personnel. The solicitation is a total small business set-aside, and all responsible sources are encouraged to submit electronic quotes, as hard copies will not be available. Interested parties should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, and the solicitation can be accessed through the DLA's DIBBS website.
    Self-contained breathing apparatus (SCBA) gear for USFS Region 5 within California
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking information from vendors capable of providing self-contained breathing apparatus (SCBA) gear for Region 5 within California. The procurement aims to standardize and replace existing SCBA gear, ensuring compliance with safety standards and enhancing interoperability for firefighting operations. Key specifications include the Drager PSS5000 or PSS7000 SCBA packs, which must meet NFPA 1981 and 1982 approvals, and include features such as a 45-minute carbon fiber cylinder and on-site training for equipment use and maintenance. Interested vendors must submit their specifications by 12:00 PM MST on December 16, 2025, to Megan Acord at megan.acord@usda.gov, and should be registered in the System for Award Management (SAM) to be eligible for contract award.
    42--RESPIRATOR,AIR FILT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 110 units of air filter respirators under solicitation number NSN 4240014951293. The approved source for this procurement is identified as 76381 7502, and the delivery is required at the DLA Distribution Depot Hill within 45 days after the order is placed. These respirators are critical for ensuring safety and environmental protection in various operational contexts. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    42--BREATHER APRS,30 MI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 13 units of Breather APRS, NSN 4240016020610, with a delivery requirement to DLA Distribution San Joaquin within 36 days after order. This equipment is critical for fire, rescue, and safety operations, ensuring that personnel are equipped with essential protective gear. The solicitation is available electronically, and all responsible sources are encouraged to submit their quotes, which must be submitted electronically as hard copies will not be provided. For inquiries, interested parties can contact the buyer via email at DibbsBSM@dla.mil.
    42--RESCUE AND SALVAGIN
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of rescue and salvaging equipment, specifically NSN 4240015122678. The requirement includes the delivery of two units to DLA Distribution Cherry Point within 89 days after order placement, with the approved source being 3RTX5 DC-1. This equipment is crucial for fire, rescue, and safety operations, underscoring its importance in emergency response scenarios. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to DibbsBSM@dla.mil.
    CONNECTOR, OXYGEN, MASK
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract for the procurement of a Connector, Oxygen, Mask, under solicitation number SPE4A7-26-R-0072. This contract will cover five one-year base periods with an estimated quantity of 7,400 units per year, as this item is classified as a Navy Critical Safety Item and a Life Support Item. The procurement is exclusively set aside for small businesses, and offers from larger entities will not be considered; no specification plans or drawings will be provided by the government. Interested parties should note that the solicitation will be available on DLA DIBBS starting November 25, 2025, and can contact Juline Tenorio at 445-737-1904 or via email at JULINE.TENORIO@DLA.MIL for further information.
    42--BODY,GAUGE,BREATHIN
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 49 units of the Body Gauge Breathing (NSN 4240015641634). This solicitation is part of a total small business set-aside and aims to acquire essential surgical appliances and supplies that play a critical role in safety and environmental protection. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and the deadline for delivery is set for 29 days after the award. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    Fuel System Component Test Stand
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.