AFFF Lockout System Service
ID: 70Z03325QSEAT0014Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE SEATTLE(00033)SEATTLE, WA, 98134, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

FIRE FIGHTING EQUIPMENT (4210)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide Aqueous Film Forming Foam (AFFF) Lockout System Service at the Air Station Port Angeles hangar in Washington. The primary objective of this procurement is to deactivate the AFFF concentrate proportioner in accordance with established technical orders, ensuring the safety and compliance of fire suppression systems during the transition process. This service is critical for mitigating the risk of Class Bravo fires in Coast Guard facilities, as it involves securing valves, disabling solenoid coils, and ensuring operational fire alarm systems. Interested parties, particularly Women-Owned Small Businesses (WOSBs), must submit their proposals by the specified deadline, and can reach out to Michelle Myhra at Michelle.M.Myhra2@uscg.mil or Patrick Gittings at Patrick.R.Gittings@uscg.mil for further information.

    Files
    Title
    Posted
    The Time Compliance Technical Order (TCTO) SILC-TCTO-36-11 55 13 25-04 outlines procedures for locking out foam-based fire suppression systems in Coast Guard aircraft hangars to mitigate the risk of Class Bravo fires. The TCTO mandates actions be completed within 45 days and applies to hangars using High Expansion Foam (Hi-Ex) or Aqueous Film Forming Foam (AFFF) systems. Following system deactivation, units must have operational water sprinklers. The document details lockout instructions, including procurement of devices, tasks for qualified technicians, and necessary notifications to both commanding officers and fire emergency services. Explicit procedures for locking out AFFF and Hi-Ex systems are provided, ensuring safety and compliance. The overall goal is to transition fire suppression systems responsibly while maintaining safety in Coast Guard facilities during this process.
    The document is a comprehensive compilation of provisions and clauses applicable to federal contracts, particularly those associated with service contracts. It includes a structured list of clauses, each with its effective date and prescribed citation, categorized as either a provision (P) or clause (C). Key themes such as ethics, compliance, and business integrity are emphasized through various clauses addressing issues like independent pricing, conflict of interest, and whistleblower protection. The document aims to ensure that contractors adhere to federal regulations and standards, particularly regarding small business contracting, environmental considerations, and the proper handling of contracts related to pricing and reporting. Overall, this detailed reference facilitates compliance for federal contractors, providing essential information pertaining to acquiring grants and responding to proposals while promoting integrity and fairness in government contracting processes.
    The document titled "Smart Matrix" outlines various federal contract provisions and clauses pertinent to government procurement processes. It lists essential clauses, their effective dates, and associated regulations for compliance. Key items include definitions of terms, anti-kickback procedures, contractor employee whistleblower rights, and restrictions on subcontractor sales to government entities. Importantly, the document acknowledges prohibitions regarding certain telecommunications and software, specifically regarding entities like Kaspersky Lab and other foreign actors as outlined by acts such as the American Security Drone Act. The table enumerates various provisions categorized under compliance (C) or performance (P), with a focus on encouraging responsible government contracting practices, combating trafficking, and ensuring financial obligations are met. Contracts aim to protect ethical standards in federal procurements, emphasizing the government's commitment to security, ethical business practices, and the protection of sensitive information. This summary encapsulates the directory of clauses critical for contractors navigating government RFPs, federal grants, and regional solicitations.
    The document outlines a solicitation for a contract specifically targeted towards Women-Owned Small Businesses (WOSBs) for commercial products and services related to Aqueous Film Forming Foam (AFFF) Lockout Service. It includes essential administrative details such as requisition numbers, contract award dates, and due dates for offers. The solicitation indicates that the acquisition is unrestricted but highlights potential set-aside categories for economically disadvantaged women-owned small businesses and other small business classifications. Details on the procurement process are provided, including the method of solicitation (RFQ, IFB, RFP), address for submissions, and payment processes. The document also requires the contractor to sign and return copies, affirming their agreement to fulfill the order as outlined. Additional information includes references to relevant FAR clauses and the expectation that all items will be delivered to the specified USCG locations. This solicitation reflects the government's commitment to supporting small businesses while ensuring compliance with federal acquisition regulations. The focus on WOSBs and veteran-owned businesses aligns with broader efforts to promote diversity in federal contracting.
    The U.S. Coast Guard Air Station Port Angeles requires contractors for the Aqueous Film Forming Foam (AFFF) deluge system lockout service at its hangar. The contractor must provide all personnel, equipment, and supervision necessary to deactivate the AFFF concentrate proportioner according to specified technical orders. Key tasks include securing valves, disabling solenoid coils, locking out pressurization valves, and ensuring all fire alarm systems are operational without errors. The work must be completed within 45 calendar days of award. Contract personnel must uphold safety and health standards, including adherence to OSHA regulations, and manage waste per environmental laws. Contractors are required to ensure that their employees are qualified, professional, and possess necessary credentials to avoid conflicts of interest. The project emphasizes thorough documentation of lockout procedures and the management of any hazardous materials encountered during the process. Ultimately, this contract aims to ensure the safety of operations at the air station while maintaining compliance with federal regulations and standards related to fire protection systems.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CGC JAMES - AFFF MONITOR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of a National Foam HMB-4 Remote Control Hydraulic Monitor, which is critical for fire suppression operations on the CGC JAMES. This procurement is part of the maintenance efforts for the CGC HAMILTON, necessitating the replacement of a damaged harness to ensure operational readiness and compliance with safety standards. The period of performance for this contract extends until November 31, 2024, with delivery directed to CGC JAMES in North Charleston, South Carolina. Interested parties should contact Tyler Melton at Tyler.k.melton@uscg.mil or by phone at 510-437-5437 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Cont, Fire Extinguish
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of fire extinguishing equipment. This opportunity emphasizes the need for compliance with federal regulations, particularly the Federal Acquisition Regulation (FAR), and requires that offerors provide products sourced from Original Equipment Manufacturers (OEMs) to ensure safety and reliability. The procurement is critical for maintaining operational safety standards within the Coast Guard's aviation operations. Interested vendors should direct inquiries to Kristen Allen at Kristen.L.Allen3@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil for further details on the submission process and requirements.
    USCG AIRFAC FIRE SYSTEM REPAIR
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the repair of the fire protection system at the Air Facility in Charleston, South Carolina, under Solicitation 70Z036-25-Q-0028. The project requires contractors to address deficiencies identified during a fire inspection, including maintenance of fire extinguishers, replacement of emergency exit light bulbs, and troubleshooting of the fire alarm system, ensuring compliance with local fire codes and National Fire Protection Association standards. This procurement is critical for maintaining safety and regulatory compliance at government facilities, with a total small business set-aside under NAICS code 561621. Proposals are due by February 13, 2025, and interested vendors should contact Adam Hitchcox at Adam.S.Hitchcox@uscg.mil or Stephen G. LaBarre at STEPHEN.G.LABARRE@USCG.MIL for further details.
    CGC OAK Inspection and Service of CO2 and APC Marine Fire Suppression Systems
    Buyer not available
    The US Coast Guard Surface Force Logistics Center invites quotations for the inspection and service of CO2 and APC marine fire suppression systems on the USCGC OAK. This combined synopsis and solicitation seek a firm-fixed-price contract under FAR Part 13.5. The work involves providing all necessary labor, supervision, and materials to inspect and service the fire suppression systems aboard the vessel, which is docked in Newport, Rhode Island. The contract is intended for small businesses, and all responsible vendors are encouraged to submit quotations. The deadline for submission is 12 pm Pacific Time on September 27th, 2023. Vendors must email their quotes to Donna.J.O'Neal@uscg.mil and Michael.E.Madrigal@uscg.mil and ensure receipt is acknowledged by the Coast Guard. The solicitation incorporates provisions and clauses effective through Federal Acquisition Circular 2005-65. Vendors must comply with the small business standards and use a SAM.gov registered DUNS number on their quotes. For more information, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or 5103931145.
    Hose Renewal
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a project titled "Hose Renewal," which involves renewing flexible hose assemblies for the carbon dioxide fire protection system aboard the USCGC WAESCHE at U.S. Coast Guard Base Alameda, California. The work is scheduled to take place from May 5 to May 23, 2025, and includes critical tasks such as validating and renewing hoses, hydro-testing new assemblies, and ensuring compliance with Coast Guard safety and fire regulations. This procurement is vital for maintaining operational safety and equipment integrity within the Coast Guard's infrastructure. Interested contractors, particularly small businesses, should contact Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or 510-437-5429, or Tyler Melton at Tyler.k.melton@uscg.mil or 510-437-5437 for further details.
    47 FT Motor Lifeboat 47290
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide services for the maintenance and repair of the 47 FT Motor Lifeboat 47290 at Station Cape Disappointment in Ilwaco, Washington. The contractor will be responsible for general labor, equipment, and facilities to haul out the vessel, pressure wash the hull, remove and renew the port and starboard engines, and descale the engine coolant system, with work expected to commence within 10 days of contract acceptance and completed within 21 working days. This procurement is critical for ensuring the operational readiness and safety of the Coast Guard's marine assets. Interested vendors must submit their quotes via email to SKC Bryan Duffey by February 19, 2025, at 3:00 PM Eastern, referencing solicitation number 52000PR250002324, and must comply with all applicable Federal Acquisition Regulations.
    Repair Aux Fuel Management Control
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to perform repairs on the Auxiliary Fuel Management Control for the MH-60T aircraft. The procurement involves conducting inspections, repairs, and evaluations of specified components, ensuring adherence to original manufacturer specifications and industry standards. This opportunity is critical for maintaining the operational readiness and safety of U.S. Coast Guard assets, emphasizing the importance of regulatory compliance and quality assurance in government maintenance initiatives. Interested contractors should contact Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil for further details regarding the submission process and requirements.
    Fire Station Alerting System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to design, build, and install a Fire Station Alerting System at Fairchild Air Force Base in Washington. The contractor will be responsible for replacing outdated alerting systems at two fire stations, which includes the provision of various equipment such as public address systems, speakers, control units, and LED lighting, along with necessary training and warranty for system components. This project is critical for enhancing emergency response capabilities and ensuring the safety infrastructure at military installations is up to date. Interested vendors must submit their quotes by February 20, 2025, following a site visit on February 4, 2025, and should contact Brandon Teague at brandon.teague.1@us.af.mil or Angelo Bolanos at angelo.bolanos@us.af.mil for further details.
    Firewall hardware
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of firewall hardware to enhance its cybersecurity infrastructure at Base Seattle in Washington. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5), emphasizing the importance of compliance with federal acquisition regulations and ethical standards as outlined in the associated FAR provisions. The firewall hardware is critical for safeguarding sensitive data and ensuring the integrity of the Coast Guard's IT systems. Interested vendors should contact Michelle Myhra at michelle.m.myhra2@uscg.mil or Thomas Gomez at Thomas.C.Gomez2@uscg.mil for further details, with proposals expected to adhere to the outlined provisions and clauses in the provided documentation.
    Weapons Management System (WMS) New Buys
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the acquisition of a Weapons Management System (WMS) through a combined synopsis/solicitation notice. This procurement aims to secure commercial products and services that comply with the Federal Acquisition Regulation (FAR) and the Homeland Security Acquisition Regulation (HSAR), emphasizing technical acceptability and fair pricing. The WMS is critical for enhancing the operational capabilities of the Coast Guard, ensuring effective management of weaponry and related systems. Interested vendors should contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil or call 206-831-4477 for further details and to ensure compliance with the necessary documentation and requirements outlined in the solicitation.