Fireworks Testing Facility Support
Type: Special Notice
Overview

Buyer

CONSUMER PRODUCT SAFETY COMMISSION
Timeline
    Description

    The Consumer Product Safety Commission (CPSC) intends to issue a sole source contract to Summit Point Training Facility (SPTF) for the support of a testing facility dedicated to the evaluation and storage of consumer fireworks. This procurement aims to secure a five-year contract for testing and storing regulated consumer fireworks, which are classified as 1.4G and are subject to federal regulations under the Federal Hazardous Substances Act (FHSA). The Summit Point Training Facility is uniquely qualified to provide these services, as it possesses the necessary facilities for safe testing and storage, making it the only responsible source available for this requirement. Interested parties may submit capability statements to the primary contact, Ankur Patel, at apatel@cpsc.gov by 12:00 PM Eastern Time on December 5, 2025, although this notice is not a request for competitive quotations.

    Point(s) of Contact
    Files
    Title
    Posted
    The Consumer Product Safety Commission (CPSC) requires a sole-source, five-year contract with Summit Point Training Facility (SPTF) for testing and storing consumer fireworks. This justification for
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    SEI Industries, Original Equipment Manufacturer (OEM), “Premo Fireballs” - Aerial Ignition Spheres Purchase
    Buyer not available
    The USDA Forest Service, through its National Interagency Fire Center (NIFC), is seeking qualified vendors to supply SEI Industries' "Premo Fireballs," which are aerial ignition spheres used for prescribed burns and wildfire management. The procurement aims to acquire approximately 1,000 cases of these fireballs annually, emphasizing the importance of safety and compliance with National Wildfire Coordinating Group (NWCG) standards. Vendors must be authorized third-party providers of SEI Industries and capable of delivering to multiple Incident Support Caches across the nation. Interested parties are invited to submit a capability statement by December 8, 2025, detailing their qualifications and past performance, with the potential for a future Request for Quote (RFQ) to follow. For further inquiries, vendors can contact Amy Tilley at amy.tilley@usda.gov.
    Smoke Alarms
    Buyer not available
    The U.S. Department of State (DOS) is seeking industry input for a potential Blanket Purchase Agreement (BPA) to procure smoke alarms for U.S. Diplomatic Missions located overseas. The procurement aims to ensure compliance with safety standards, including UL217, CSFM, NFPA 72, NFPA 101, and ICC codes, and requires that all equipment be supplied from a single manufacturer (BRK) within fifteen business days of receiving a purchase order. This initiative is critical for maintaining fire safety in diplomatic facilities, and interested vendors are encouraged to submit their capabilities and relevant experience by December 9, 2025, at Noon (EST) to Theresa Hunt at huntt@state.gov.
    SAS Product Licenses and Hosting Services (Modification Justification)
    Buyer not available
    The U.S. Consumer Product Safety Commission (CPSC) intends to issue a modification to a sole source award for SAS Product Licenses and Hosting Services to Executive Information Systems, LLC. This procurement aims to enhance the CPSC's capabilities in investigating and improving the safety of consumer products, as authorized under 5 U.S.C. § 2054. The modification will be negotiated under the authority of FAR 6.302-1 and 41 U.S.C. 253(c)1, utilizing a Task Order off a GSA Schedule in accordance with FAR Part 8 and 12 procedures. Interested parties may express their interest and submit a capability statement to D. Tam Rushbrook at drushbrook@cpsc.gov or by phone at 301-504-7043.
    Notice of Intent to Sole Source - Cable TV and Internet Services
    Buyer not available
    The Consumer Product Safety Commission (CPSC) intends to negotiate a sole source contract with Comcast of Maryland Limited Partnership for the continued provision of cable TV and internet services. This procurement is necessary to avoid service interruptions and additional infrastructure requirements that would arise if another provider were selected, as Comcast has already established the necessary infrastructure at the agency's sites. The contract will cover a base period of one year, with four optional one-year extensions, and will be awarded under the authority of FAR 13.106-1(b) and 41 U.S.C. 3304(b)(2)(B). Interested parties may submit a capability statement by 10 AM Eastern Time on December 8, 2025, to the primary contact, Lydia Glasgow, at lglasgow@cpsc.gov, or the secondary contact, Ankur Patel, at apatel@cpsc.gov.
    1377-01-356-7841 SP02 1377-01-356-7842 SP03
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for explosive items under the solicitation titled '1377-01-356-7841 SP02 1377-01-356-7842 SP03'. This procurement is restricted to Rockwell Collins and involves items classified under the NAICS code 325920 for Explosives Manufacturing, with a focus on cartridge and propellant actuated devices and components. The items are critical for defense operations, necessitating a Safety Survey due to their explosive nature, and a limited drawing package is available for interested contractors. The solicitation close date has been extended to July 11, 2025, at 2:00 PM Eastern Time, and interested parties should acknowledge receipt of this amendment to ensure their offers are considered. For further inquiries, contractors can contact Connor Fry at 717-605-4048 or via email at connor.b.fry.civ@us.navy.mil.
    National Fallen Firefighter Memorial
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), intends to negotiate a sole source contract with the National Fallen Firefighters Foundation (NFFF) for the management of the National Fallen Firefighters Memorial Weekend. The contract aims to procure services that include organizing memorial events, consulting with fire service groups and families, and providing support for survivors of fallen firefighters, ensuring the event is conducted with the honor and dignity it deserves. This annual event, which recognizes the sacrifices of firefighters, is crucial for community support and healing, and the NFFF is uniquely qualified to manage it due to its established relationships and expertise in this area. Interested parties may submit capability statements to the primary contacts, Jane Huwig-Leister and James Suerdieck, by December 13, 2024, at 5:00 p.m. Eastern.
    U.S. Customs and Border Protection Less Lethal Specialty Impact/Chemical Munitions (LLSI CM) Request for Information
    Buyer not available
    The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is conducting a Request for Information (RFI) to explore market capabilities for providing less lethal specialty impact and chemical munitions, specifically distraction devices and munitions that can be hand-delivered or launched from 40mm launchers. This procurement aims to equip CBP and other federal agencies with necessary training and operational tools while achieving cost efficiencies, with a planned 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The munitions sought include various types such as smoke, CS, and OC canisters, rubber ball grenades, and specialized training kits, all of which must comply with CBP's Use of Force Policy. Interested vendors should submit their responses via email to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov by 2:00 p.m. EST on October 24, 2025, as this RFI is for information and planning purposes only and does not constitute a commitment to contract.
    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.
    F-15 SMDC Initiators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    Cornerstone OTA CS-26-1501 40mm Counter Unmanned Aerial System (CUAS)
    Buyer not available
    The Department of Defense, through the U.S. Army Combat Capabilities Development Command – Chemical Biological Center (DEVCOM CBC), is initiating a competitive Cornerstone Initiative Request (CIR) for the development of a 40mm Counter Unmanned Aerial System (CUAS). The objective is to integrate advanced proximity sensing fuze technology into programmable air burst cartridges for the MK19 grenade launcher, creating a comprehensive system for countering small UAS threats, which includes detection, tracking, targeting, and defeat functionalities. This initiative is crucial for enhancing the U.S. Manufacturing and Defense Industrial Base, and interested parties must be members of the Cornerstone consortium to participate, with a proposal submission deadline expected 30 days after the CIR issuance on or after November 25, 2025. For inquiries and registration information, interested entities should contact the Cornerstone OTA mailbox at usarmy.ria.devcom-cbc.mbx.cornerstone-ota@army.mil.