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.