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
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.
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.
16--FUEL-AIR FLOW S
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 10 units of the FUEL-AIR FLOW S, identified by NSN 1R-1680-016611862-E7 and reference number 024134-01. This procurement is crucial for maintaining operational capabilities, as the items fall under the category of miscellaneous aircraft accessories and components. The government intends to solicit and negotiate with only one source under FAR 6.302-1, with proposals due within 45 days of this notice, and interested parties are encouraged to contact Liem M. Phan at (215) 697-5722 or via email at LIEM.M.PHAN.CIV@US.NAVY.MIL for further details.
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.
PORTABLE NITROGEN PRODUCTION UNIT -FIRE SUPPRESSION
Buyer not available
The Defense Logistics Agency (DLA) Maritime Puget Sound is conducting market research to identify potential suppliers for a Portable Nitrogen Production Unit (NPU) intended for fire suppression applications. The NPU must be a turnkey system capable of delivering a continuous flow of nitrogen at a minimum of 300 CFM and 95% purity, designed for operation in a marine environment with specific performance and environmental requirements. This procurement is crucial for enhancing fire suppression capabilities, and interested parties are encouraged to submit their capability statements by 10:00 a.m. PDT on May 6, 2025, to Jack Edwards at jack.edwards@dla.mil. There is no solicitation at this time, and the government will not assume any financial responsibility for costs incurred in response to this request.
NSN2915-00-655-1933_NozzleAssemblyFuel_T56_PN23074274_FD2030-25-01302
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking potential sources for the procurement of a Nozzle Assembly for fuel, associated with NSN 2915-00-655-1933OJ. This Sources Sought Synopsis aims to conduct market research to identify interested vendors capable of fulfilling requirements related to manufacturing, supply chain management, testing, and logistics for this critical component. The Air Force emphasizes the importance of inclusivity in its procurement strategy, encouraging participation from small and veteran-owned businesses. Interested parties should submit their information and intent to participate, and may need to complete a Source Approval Request package for qualification. For further inquiries, vendors can contact 430 SCMS at 430scms.afmc.rfiresponses@us.af.mil or Terri Swain Wooten at terri.swain-wooten@us.af.mil.
15--TANK,FUEL,AIRCRAFT
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking to procure a sole-source contract for a fuel tank for aircraft, specifically for the MARK III Helicopters (SH-60B). The procurement involves one unit of NSN 1R-1560-011677486-VH, with delivery terms set to FOB Origin, and is intended to be awarded to the Original Equipment Manufacturer (OEM) or approved non-prime sources, as no drawings or data are available for alternative suppliers. This procurement is critical for maintaining the operational capabilities of the specified helicopters, and interested parties must submit their capability statements within 15 days of this notice, with the solicitation expected to be issued on March 6, 2025, and closing on April 19, 2025. For further inquiries, interested organizations can contact Michael J. Keith at michael.j.keith40.civ@us.navy.mil or by phone at (215) 697-2193.
SERVICE TO TEST, INSPECT, AND REPAIR FENWAL 6000 FIRE ALARM SYSTEMS AND H2S GAS DETECTION SYSTEMS
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking contractors to provide testing, inspection, and repair services for FENWAL 6000 Fire Alarm Systems and H2S Gas Detection Systems aboard COMPACFLT Berthing and Messing Barges at the Puget Sound Naval Shipyard in Bremerton, Washington. The contractor will be responsible for conducting annual and semi-annual inspections, emergency repairs, and ensuring compliance with safety standards to maintain the operational readiness and safety of these critical systems. This non-personal services contract emphasizes the importance of regular inspections to safeguard Navy personnel and mitigate risks associated with system failures. Interested parties should contact Chloe Vernet at chloe.b.vernet.civ@us.navy.mil or Christopher Davidson at christopher.t.davidson7.civ@us.navy.mil for further details, and note that contractor personnel must possess a minimum of Confidential security clearance.