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
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 14, 2025, 12:00 AM UTC
  3. 3
    Due Jan 22, 2025, 7:00 PM UTC
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.
Jan 15, 2025, 12:05 AM UTC
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
P-222: DBB MQ-25 AIRCRAFT LAYDOWN FACILITIES, NSN, VA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking contractors for the construction of the P-222 MQ-25 Aircraft Laydown Facilities at Naval Station Norfolk, Virginia. The procurement involves a firm fixed price construction contract that requires adherence to specific brand name or equal descriptions for approximately 55 items across various design disciplines, ensuring compliance with established quality and performance standards. This project is critical for enhancing the operational capabilities of the MQ-25 aircraft, necessitating high-performance materials such as acoustical tiles, chemical splash curtains, and durable flooring options from recognized manufacturers. Interested parties should direct inquiries to Catharine Keeling at catharine.a.keeling@navy.mil by 2:00 PM Eastern Time on April 22, 2025, as this notice serves as a preliminary announcement and is not a request for proposals.
Fire Suppression and System Sustainment
Buyer not available
The Department of Defense, specifically the Air Force Test Center (AFTC), is seeking industry input through a Request for Information (RFI) regarding fire suppression and system sustainment services for the Electronics Warfare Group (EWG) at Edwards Air Force Base in California. The primary objective is to ensure ongoing testing, maintenance, and potential repair of fire suppression systems across several buildings, including those constructed in 1980, 1989, and 2023, all of which must comply with NFPA and UFC standards. This initiative is crucial for maintaining safety and compliance within military facilities, emphasizing the importance of effective fire safety measures. Interested parties are invited to submit their qualifications and responses by April 23, 2025, at 3:00 PM EST, to the designated points of contact, Kimberly Tate and SSgt Jamil Minosa, via the provided email addresses.
N4425525R1506, P273 Bulk Fuel Storage Hydrant System, Naval Air Station Whidbey Island, WA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Northwest, is soliciting proposals for the P273 Bulk Fuel Storage Hydrant System project at Naval Air Station Whidbey Island, Washington. This procurement involves a design-bid-build approach to upgrade the fuel system, with an estimated contract value between $25 million and $100 million, and will be awarded based on the Lowest Price Technically Acceptable (LPTA) process. The project is crucial for enhancing the operational capabilities of the fuel supply facilities at NASWI, ensuring efficient and reliable fuel storage and distribution. Interested contractors must register on the Procurement Integrated Enterprise Environment (PIEE) website and are encouraged to check for amendments on SAM.gov, with proposals due within 730 days of contract award. For inquiries, contact Kathleen Maurer at kathleen.b.maurer.civ@us.navy.mil or Jodus Hortin at jodus.d.hortin.civ@us.navy.mil.
56--FIRE INSULATION
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking FIRE INSULATION AND FIBROUS GLASS INSULATION FELT. This is a construction and building material typically used for insulating against fire and providing thermal insulation. The acquisition will be negotiated on a 100% SMALL BUSINESS SET-ASIDE basis. The solicitation will be posted on the NECO website on or about 2 MAR 2017 with proposals due by 13 MAR 2017. A Firm-Fixed Price, Supply type contract will be awarded. Interested parties are responsible for downloading the solicitation from the NECO website. Electronic submission of proposals/quotes is not available at this time.
INDICATOR, LIQUID QU / NSN 1680-01-480-1770 / FA18 AIRCRAFT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is conducting market research to identify potential sources for the procurement of the Indicator, Liquid Quantity (NSN 1680-01-480-1770) for the FA18 aircraft. The requirement entails the new manufacture of this component, which includes labor, materials, inspection, testing, and logistics management, with an estimated requirement for a five-year base period. This procurement is critical for maintaining the operational readiness of military aircraft, and interested parties are encouraged to submit their capability statements by April 14, 2025, to Christopher Rose at CHRISTOPHER.ROSE@DLA.MIL. There is currently no posted solicitation, and responses will inform whether the procurement will be set aside for small businesses or open to full competition.
R--MARKET RESEARCH RESULTS - REQUEST FOR INFORMATION - PROFESSIONAL SERVICES IN SUPPORT OF DEPARTMENT OF DEFENSE FIRE DEPARTMENT SELF-ASSESSMENT AND ACCREDITATION PROGRAM
Buyer not available
Sources Sought DEPT OF DEFENSE - DEPT OF THE NAVY is requesting information for professional services in support of the Department of Defense Fire Department Self-Assessment and Accreditation Program. This program is aimed at assessing and accrediting fire departments within the Department of Defense. The full Statement of Work and Request for Information documents can be found in the attached documents. For more information, please contact Amber Forehand-Hughes at 757-322-8336 or amber.forehand@navy.mil, or Linda Stein at 757-322-4489 or linda.stein@navy.mil.
AFFF Lockout System Service
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide Aqueous Film Forming Foam (AFFF) lockout system services at Air Station Port Angeles in Washington. The procurement involves performing lockout procedures on an installed hangar automatic extinguishing system, ensuring compliance with the Time Compliance Technical Order (TCTO) SILC-TCTO-36-11 55 13 25-04, and requires a certified fire protection technician with a minimum NICET level II certification. This contract is set aside for small businesses, with a firm fixed price purchase order anticipated, and quotes must be submitted by April 16, 2025, at 3 PM PST. Interested parties should direct inquiries to Michelle Myhra or Patrick Gittings, with all submissions and questions clearly referencing the solicitation RFQ number 70Z03325QSEAT0014A.
PDRM MOD 1 Nozzle Sub Assembly
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for the manufacturing of PDRM MOD 1 Nozzle Sub Assemblies. This procurement requires contractors to fabricate, inspect, and test components that are critical for fleet-deliverable Aviation Critical Safety Items (ACSIs), adhering to stringent quality assurance standards and engineering specifications. The contract emphasizes the importance of First Article Testing (FAT) and compliance with ISO 9001 standards, ensuring that all deliverables meet government requirements before acceptance. Interested small businesses must submit their proposals in response to RFP N0017425R0019, and can direct inquiries to Lisa Curtis at lisa.m.curtis29.civ@us.navy.mil.
DC Gear
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of firefighting equipment to enhance operational readiness at the Naval Submarine Base in Groton, Connecticut. The solicitation, identified as N62789-25-Q-0011, includes the provision of twenty SuperPass 5 devices, one custom USB data download cable, and seven Teledyne-Flir Model K45 thermal imagers, all of which must comply with National Fire Protection Association (NFPA) standards. This procurement is critical for improving damage control capabilities within the Navy, ensuring safety and efficiency in firefighting operations. Interested small businesses must submit their proposals electronically by 5:00 PM EST on April 25, 2025, to the designated contacts, Stephanie Brass and Stephanie Neale, at the provided email addresses.
SENSING ELEMENT, FIRE NSN; 6340-014712596
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 295 units of the Sensing Element, Fire (NSN: 6340-014712596; P/N: 35790-200-400). This procurement is classified as an unrestricted acquisition, with full and open competition, and requires delivery within 162 days after receipt of order to Hill Air Force Base in Utah. The contract will be awarded based on a combination of price, past performance, and other evaluation factors, with a request for proposal (RFP) expected to be issued around April 1, 2025, and closing on or about May 1, 2025. Interested vendors must be registered in the System for Award Management (SAM) and should contact Michael Blain at 804-807-4436 or via email at michael.blain@dla.mil for further details.