SOURCES SOUGHT SPECIAL NOTICE for Ignitable Liquid Drainage Floor Assemblies (ILDFA) Fire Suppression System for the new Hangar for P-691 at Naval Air Station, PAX River
ID: N40080250001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM WASHINGTONWASHINGTON NAVY YARD, DC, 20374-5018, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

CONSTRUCTION OF OTHER AIRFIELD STRUCTURES (Y1BZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Washington, is conducting a Sources Sought Special Notice to identify suppliers capable of providing Ignitable Liquid Drainage Floor Assemblies (ILDFA) for the new P-691 Aircraft Development and Maintenance Facility at Naval Air Station, PAX River. This initiative aims to gather market research and assess the availability of commercial solutions in light of recent restrictions on Aqueous Film Forming Foam (AFFF) usage, emphasizing the importance of fire suppression systems in aviation infrastructure. Interested parties are required to submit a Capability Statement by January 22, 2025, detailing their qualifications, past performance, and technical capabilities, with all submissions directed to Molly Lawson at molly.e.lawson.civ@us.navy.mil. This notice is for informational purposes only and does not constitute a solicitation for proposals.

    Files
    Title
    Posted
    The document serves as a design guideline for the Ignitable Liquid Drainage Floor Assembly (ILDFA) intended for new and retrofit aircraft hangar construction. It outlines the purpose of the ILDFA, which is to contain and remove ignitable liquid spills, thus preventing fire hazards. The guideline specifies critical elements such as floor layouts, trench spacing, and structural specifications necessary for effective ILDFA implementation. It describes connections for liquid detection systems, flushing requirements, and emergency protocols. Each hangar zone is designed to activate flushing systems based on spill detection, with structured guidance for installation practices, including concrete slab specifications and trench configurations. Additionally, it emphasizes compliance with safety standards, such as NFPA 409, and considers the operational requirements established by the U.S. military's engineering commands. The document is an essential resource for architects and engineers, ensuring the proposed designs meet functionality and safety standards while effectively addressing fire hazard risks associated with aircraft operations. This detailed guidance reflects best practices pertinent to government RFPs and facilitates public safety in aviation infrastructure development.
    The Naval Facilities Engineering Systems Command (NAVFAC) Washington is issuing a Sources Sought Special Notice (SSN) to gauge interest and capability among suppliers for the Ignitable Liquid Drainage Floor Assemblies (ILDFA) Fire Suppression System required for the new P-691 Aircraft Development and Maintenance Facility at Naval Air Station, PAX River. This notice serves as market research for planning purposes and is not a solicitation for proposals. Suppliers are invited to submit a Capability Statement to express interest and demonstrate technical qualifications, particularly in light of the NDAA's recent restrictions on Aqueous Film Forming Foam use. The response deadline is set for January 22, 2025. The SSN aims to enhance competition, improve small business access, and identify set-aside options for various socio-economic categories. Respondents are instructed to provide detailed contact information, technical capabilities, past performance on related projects, and to clarify specifications, ensuring submissions remain focused on the project's requirements. The document emphasizes that all information is for planning purposes only, and no financial obligations will arise from responses.
    Similar Opportunities
    WHARF BRAVO, NAVAL AIR STATION PENSACOLA, FLORIDA.
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking qualified contractors for the Wharf Bravo recapitalization project at Naval Air Station Pensacola, Florida. This sources sought announcement aims to identify potential offerors capable of performing design-bid-build construction to repair and modernize Wharf Bravo and its associated utilities, ensuring continued operational support for U.S. Coast Guard missions. The project includes significant structural repairs, upgrades to mooring and fender systems, replacement of utility services, and improvements to pavement and drainage systems, with a contract value estimated between $25 million and $100 million. Interested parties must submit their capability statements by December 18, 2025, to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil, with a focus on demonstrating relevant experience and qualifications.
    29--SWITCH,LIQUID LEVEL
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking to procure four units of a liquid level switch (NSN 2915-013920568) from approved sources, Ontic Engineering & MFG Inc and Meggitt - Orange County Inc. This procurement is critical for maintaining aircraft and missile fuel systems, as the government currently lacks sufficient data to source this part from alternative manufacturers. Interested parties must submit their capabilities and qualifications to the contracting officer, Kimberly Flores, via email at kimberly.flores@navy.mil within 15 days of this notice, with the anticipated award date set for June 2024. This opportunity is not a Total Small Business Set-Aside, and electronic procedures will be utilized for the solicitation process.
    17--AIR-FLASK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of air flasks, classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The materials required are critical for shipboard systems that facilitate the launch and recovery of aircraft, emphasizing the importance of quality and compliance with specified standards to prevent serious operational failures. Interested contractors must ensure they meet the stringent quality assurance requirements and provide necessary documentation, including proof of authorization if not the original manufacturer. The solicitation deadline has been extended to April 15, 2025, and interested parties should direct inquiries to Helen I. Carmelo at 215-697-1138 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL.
    99--BULKHEAD ASSY,ACFT.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a Bulkhead Assembly for aircraft, identified by NSN 1R-9999-LLHP5Z561-V2 and reference number 901-031-111-441. This procurement requires engineering source approval due to the flight-critical nature of the part, necessitating that only previously approved sources may submit proposals, as the technical data necessary for full and open competition is not adequately available. Interested parties must provide detailed technical data and qualifications as outlined in the NAVSUP Source Approval Information Brochures, with proposals due within 45 days of the notice publication, and must contact Helen I. Carmelo at (215) 697-1138 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL for further information.
    13--BAFFLE,FUEL TANK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 110 units of the Baffle, Fuel Tank, identified by NSN: 1355 012635439, under the NAVSUP Weapon Systems Support Mechanical office. This procurement is part of an Emergency Acquisition Flexibility initiative, and the awarded contract will require the contractor's written acceptance prior to execution, ensuring compliance with specific design, manufacturing, and performance standards as outlined in the solicitation. The Baffle, Fuel Tank is critical for use in submarines and surface ships, necessitating strict adherence to quality assurance and environmental standards, including a prohibition on mercury contamination. Interested contractors should direct inquiries to Rachel Kern at 717-605-7296 or via email at rachel.e.kern4.civ@us.navy.mil, with proposals due by the specified deadline.
    NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
    Dept Of Defense
    The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.
    Edwards AFB Fire Suppression Maintenance 2026
    Dept Of Defense
    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.
    26-SIMACQ-E20-0002: Bladder Assembly
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is conducting market research through a Sources Sought Notice to identify potential suppliers for a Bladder Assembly, specifically a Stabilization Assembly (Part Number: H365727-5) and a Set-up Fee. The procurement aims to gather technical capabilities and cost estimates from interested parties, with the intention of determining the most suitable procurement method, which is currently anticipated to be Sole Source. This opportunity is crucial for maintaining operational readiness and support for naval operations, and interested vendors are encouraged to submit their company information, capabilities, and feedback by December 16, 2025, at 3:00 PM Pacific Time to Katral U. McKnight-Taylor at katral.u.mcknight-taylor.civ@us.navy.mil.
    16--FLOOR ASSY,FWD,AIRC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of two units of the Floor Assembly, Forward, Airborne (NSN 1680-01-555-8519). This solicitation is part of a combined synopsis/solicitation process, and the approved source for this item is identified as 78286 71209-22011-043. The Floor Assembly is a critical component used in aerospace applications, underscoring its importance in maintaining operational readiness and safety in military aircraft. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil. The deadline for delivery is set for 171 days after the award of the contract.
    SEAL ASSEMBLY, COMPL
    Dept Of Defense
    The Defense Logistics Agency (DLA) is conducting market research through a Sources Sought notice (26R0274) to identify potential suppliers for the procurement of the SEAL ASSEMBLY, COMPL, identified by NSN 2915-00-960-1251. The DLA seeks organizations capable of providing comprehensive services including new manufacturing, inspection, testing, preservation/packaging, and shipping of the item, while also managing supply chains and addressing logistics and material shortages. This procurement is critical for maintaining operational readiness in defense logistics, with the current approved source being Triumph Engine Control (P/N 76087). Interested parties must submit their capability statements by December 16, 2025, via email to michelle.r.scott@dla.mil, as no telephone inquiries will be accepted.