Fire Training Facility Maintenance Service Contract
ID: FA449724R0016Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4497 436 CONS LGCDOVER AFB, DE, 19902-5016, USA

NAICS

Building Inspection Services (541350)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT (J012)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Fire Training Facility Maintenance Service Contract at Dover Air Force Base in Delaware. The contractor will be responsible for providing all necessary tools, supplies, equipment, and labor to inspect, maintain, and repair the Crash Fire Rescue Training Facility (CFRTF) and Live Burn Training Facility (LBTF), ensuring their serviceability and effectiveness. This contract is crucial for maintaining operational readiness and safety standards in fire training operations, with a total award amount of $11,500,000 over a performance period from October 1, 2024, to March 31, 2030. Interested parties must submit proposals by August 21, 2024, and can direct inquiries to Theresa Stauffer at theresa.stauffer.1@us.af.mil or Brittney Santiago at brittney.santiago@us.af.mil.

    Files
    Title
    Posted
    The document outlines a solicitation for the maintenance and repair of the Crash Fire Rescue Training Facility (CFRTF) and the Live Burn Training Facility (LBTF) at Dover AFB, Delaware. It specifies that the contractor must provide all necessary tools, equipment, and labor to ensure the facilities and associated training props remain serviceable. The contract is structured with a firm-fixed-price pricing arrangement, with inspections scheduled for various training props and facilities over the duration of the contract. Key elements include contact information for inquiries, bid submission deadlines, and the overarching terms and conditions derived from federal acquisition regulations. The contract is targeted at Women-Owned Small Businesses (WOSBs) and sets a total award amount of $11,500,000. The work period spans from October 1, 2024, to March 31, 2030, with various inspection and service tasks outlined for each contracting period. The document is part of the governmental effort to encourage participation from small and disadvantaged business sectors, particularly within the DoD contracting framework, thus reinforcing commitment to enhancing opportunities for WOSBs. Overall, this solicitation represents an effort to maintain critical training facilities while fostering inclusive contracting practices.
    This document serves as an amendment to a federal solicitation and outlines the procedures for acknowledgment of the amendment by contractors. It specifies that the deadline for submitting offers may either be extended or remain the same. Contractors must acknowledge receipt of the amendment via specified methods, with failure to do so potentially resulting in the rejection of their offers. Additionally, it outlines how modifications to contracts are executed according to federal regulations, emphasizing that changes should refer to both the original solicitation and the amendment. The amendment maintains the unchanged terms and conditions of the referenced documents while allowing for administrative modifications. Overall, this document ensures compliance with federal regulatory protocols and provides necessary procedural guidelines for contractors responding to government solicitations.
    The document outlines a series of requests for proposals (RFPs) and grant opportunities issued by federal and state governments for various projects and initiatives. These RFPs are aimed at addressing specific needs within the community, enhancing public services, and fostering economic development. Key components include eligibility criteria, application processes, deadlines, and funding allocations for successful proposals. Various agencies will oversee the projects, ensuring compliance with federal regulations and local governance standards. The emphasis is on collaborative efforts and innovative solutions, encouraging participation from a broad range of organizations, including nonprofits and private sector entities. Overall, the document serves as a guide for potential applicants to navigate the funding landscape effectively while contributing to public welfare and community enhancements.
    The document outlines a series of federal and state-local Requests for Proposals (RFPs) and grants aimed at addressing a range of initiatives. It emphasizes the government’s commitment to fostering innovation and collaboration within various sectors, including infrastructure development, public health, and educational improvement. Each RFP specifies the objectives, eligibility criteria, and funding levels available to potential applicants, detailing the necessary documentation and timelines for submission. Additionally, the document highlights the importance of compliance with federal regulations, ensuring that projects align with governmental standards and practices. Overall, the file serves as a resource for organizations seeking support for projects that align with governmental priorities, underscoring the significance of transparent and competitive funding processes in advancing public policy goals.
    The document outlines Wage Determination No. 2015-4217, which establishes minimum wage rates and fringe benefits for workers under contracts subject to the Service Contract Act (SCA) in Delaware, specifically in Kent County. It details the impact of Executive Orders 14026 and 13658, mandating minimum hourly wages of $17.20 and $12.90 respectively, depending on contract dates. The determination lists various job classifications and their corresponding wage rates, emphasizing compliance with health and welfare benefits, vacations, and paid holidays. Additional clauses address laptop employment, sick leave, uniform allowances, and hazardous pay differentials related to specific occupations. Contractors must adhere to guidelines for potential unlisted employee classifications through a conformance process, submitting requests for wage determinations as needed. This wage determination ensures a standardized payment system and worker protections, reflecting the federal government’s commitment to fair labor practices in public contracts.
    The document outlines Wage Determination No. 2015-4217 by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage requirements for federal contractors. It specifies that contracts initiated or extended after January 30, 2022, must pay at least $17.20 per hour, while contracts prior to that date and not renewed must meet a minimum of $12.90 per hour. The document lists various occupational titles with corresponding pay rates and notes that fringe benefits are required. The hourly rates vary depending on the job title and area, with additional benefits such as health and welfare provisions, vacation time, and paid holidays prescribed. Furthermore, it emphasizes that specific job titles are exempt from certain wage determinations, particularly computer occupations and air traffic control roles, distinguishing between exempt and non-exempt classifications. Overall, this register serves as a critical reference for compliance with federal employment standards, ensuring fair compensation for workers under service contracts.
    The document outlines Solicitation FA449724R0016, which is aimed at maintaining and inspecting the Crash Fire & Rescue Training Facility (CFRTF) and the Live Burn Training Facility (LBTF) over five distinct periods: the base year and four optional years, including a 6-month extension. Key tasks specified include routine inspections, winterization and de-winterization of the facilities, service calls per the Performance Work Statement (PWS), and inspections of various training props like vehicles and HAZMAT simulations. All cost estimates are marked as $0.00, indicating that pricing for these services is not required at this stage. The solicitation seeks qualified contractors to fulfill these maintenance and operational needs, adhering to established guidelines to ensure safety and service continuity for the facilities. This procurement reflects the government's investment in training resources for emergency response personnel.
    The document outlines a Request for Proposal (RFP) designated FA449724R0016, focusing on government estimates for supplies and services associated with Crash Fire & Rescue Training Facilities (CFRTF) and Live Burn Training Facilities (LBTF) over five contract periods including a base year and four option years. Each year's contract includes necessary actions such as inspections, winterization, de-winterization, service calls, and inspections of training props, all adhering to a Performance Work Statement (PWS) dated February 14, 2024. The cost estimates for all line items are indicated as $0.00, suggesting that details regarding pricing are yet to be finalized or specified. The emphasis on ongoing facility maintenance, inspections, and safety measures indicates a commitment to ensuring operational readiness and compliance with safety standards in fire training operations. Thus, the document serves as a preliminary cost estimation framework for potential contractors responding to the RFP while highlighting essential services required for effective facility management.
    The Department of the Air Force, specifically the 436th Contracting Squadron at Dover AFB, issued a memorandum responding to queries regarding Solicitation FA449724R0016 for the Fire Training Facility Maintenance. Noteworthy clarifications include that the incumbent contractor is WRGA Fire Training Solutions, Inc., and the original contract was valued at $126,625. Significant changes to the Performance Work Statement (PWS) highlight the removal of water sampling requirements due to environmental considerations regarding Aqueous Film Forming Foam (AFFF). The government does not mandate contractors to keep large spare parts inventories and will not reimburse for such stock, although having some consumables might expedite repairs. The memorandum also notes that a licensed professional engineer must be employed for inspections related to structural integrity, underlining adherence to NFPA 1402 standards. Additionally, ongoing updates include potential replacements for older propane systems and necessary replacements of specific valves in the near future. Overall, this memorandum provides essential changes and stipulations relevant to the maintenance contract for the Fire Training Facility, focusing on compliance, environmental safety, and operational efficiency.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Aircraft Fire Training Facility (AFTF) Inspection
    Active
    Dept Of Defense
    The Department of Defense, through the 47th Contracting Squadron at Laughlin Air Force Base, is soliciting quotes for the annual inspection, maintenance, and certification of the Aircraft Fire Training Facility (AFTF). The procurement aims to ensure compliance with national standards for aircraft crash firefighting and rescue training, requiring the contractor to provide detailed inspection schedules, condition reports, and cost estimates for necessary repairs. This initiative is critical for maintaining the operational readiness and safety of Air Force firefighters, with the contract set aside for small businesses under NAICS code 541990, with a size standard of $19.5 million. Interested parties must submit their quotations by September 13, 2024, and direct any questions to the primary contact, Karina Reyna, at karina.reyna.1@us.af.mil, by September 5, 2024.
    Flashover Trainer
    Active
    Dept Of Defense
    The Department of Defense, specifically the 17th Contracting Squadron at Goodfellow Air Force Base in Texas, is soliciting proposals for the installation of a Flashover Trainer. The contractor will be responsible for providing all necessary personnel, equipment, tools, materials, transportation, labor, and supervision to install the trainer on an existing concrete pad, adhering to the specifications outlined in the Statement of Work and salient characteristics documents. This trainer is crucial for enhancing fire training capabilities, ensuring compliance with National Fire Protection Association standards, and supporting effective emergency response training. Interested small businesses must submit their quotes by 1 PM CST on September 13, 2024, and are encouraged to direct any questions to the primary contact, Christopher Mendoza, at christopher.mendoza.17@us.af.mil or by phone at 325-654-5871.
    Repair Fire Protection Tech Training, Multi Facilities project located at Sheppard AFB, Texas
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Repair Fire Protection Tech Training project at Sheppard Air Force Base in Texas. This procurement aims to address the repair and alteration of multiple facilities, utilizing a Two-Step Sealed Bidding method as outlined in FAR Part 14.5, with the first step focusing solely on technical proposals. The project is significant, with a construction magnitude estimated between $10 million and $25 million, and falls under the NAICS code 236220 for Commercial and Institutional Building Construction. Interested parties can reach out to Lindsey Byfield at lindsey.m.byfield@usace.army.mil or call 918-669-7070 for further details.
    Dover AFB - Breathable Air Compressor Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the 436th Contracting Squadron at Dover Air Force Base, is soliciting quotes for the maintenance of breathable air compressors, specifically requiring semi-annual preventive maintenance and inspections in accordance with DoD and NFPA standards. The contract encompasses services for two models of compressors, the Bauer DDTR26-WRAF Trailer and Bauer UNII 25H, with the potential for up to four option years and a six-month extension. This procurement is critical for ensuring operational safety and compliance within military installations, emphasizing the importance of high-quality maintenance services. Interested small businesses must submit their quotes by September 17, 2024, and can direct inquiries to SrA Joseph Restua-Perez at joseph.restuaperez@us.af.mil or Mr. Russell Burton at russell.burton.7@us.af.mil.
    82 CEF Fire Safety Trailer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for a Fire Safety Prevention Trailer equipped with an ADA Accessibility Ramp, intended for Sheppard Air Force Base in Texas. The procurement aims to acquire a V-Nose trailer that meets specific requirements outlined in the Statement of Work, including essential firefighting training equipment and compliance with ADA Title III standards. This initiative is crucial for enhancing fire safety education and ensuring accessibility for individuals with disabilities, addressing the inadequacies of the current unit. Interested vendors must submit their quotes via email by 2:00 PM CDT on September 12, 2024, with all quotes remaining valid until September 30, 2024. For further inquiries, potential offerors can contact Ryan Kulpa at ryan.kulpa@us.af.mil or Lauren Scheidegger at lauren.scheidegger@us.af.mil.
    Kitchen Hoods & Fire Suppression System Inspection, Repair, & Maintenance (Service)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the inspection, repair, and maintenance of kitchen hoods and fire suppression systems at F.E. Warren Air Force Base and associated Missile Alert Facilities. The contractor will be responsible for conducting semi-annual inspections, maintenance, and emergency repairs, ensuring compliance with applicable standards and regulations, and providing timely reports on services performed. This procurement is critical for maintaining operational readiness and safety within military facilities, emphasizing the importance of effective fire suppression systems. Interested contractors must submit their written quotations by September 11, 2024, at 9:00 AM MDT, and are encouraged to contact Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil for further information.
    REPAIR OF P-22 FIRETRUCK
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a Pierce Firetruck (P-22) at Hurlburt Field, Florida. The contractor will be responsible for all necessary labor, parts, and tools to complete repairs, including replacing the engine assembly, servicing the transmission, and ensuring compliance with safety and emissions standards. This procurement is critical for maintaining the operational readiness of emergency response vehicles, reflecting the government's commitment to safety and efficiency in fire response operations. Interested contractors must submit their proposals by September 19, 2024, and direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil or Shayne Cole at shayne.cole@us.af.mil, with work expected to be completed within 120 calendar days of contract award.
    USAFA Fire Department Personal Protective Equipment Cleaning, Inspections, and Maintenance Services
    Active
    Dept Of Defense
    The Department of the Air Force, through the U.S. Air Force Academy, is seeking quotations for Blanket Purchase Agreements (BPAs) for the cleaning, inspection, and maintenance of firefighter personal protective equipment (PPE). The procurement aims to ensure compliance with National Fire Protection Association (NFPA) 1851 standards, which are critical for maintaining the safety and effectiveness of firefighting gear. The contract, identified by solicitation number FA700024Q0048, will cover a five-year ordering period from August 1, 2024, to July 31, 2029, with a total ceiling of $460,000. Interested vendors must submit their quotes by September 10, 2024, and can contact Leila Bussey at leila.bussey@us.af.mil or Cierra Fitzgerald at cierra.fitzgerald.1@us.af.mil for further information.
    Spacesaver Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the maintenance of "Spacesaver" shelving products at Dover Air Force Base in Delaware. Contractors are required to provide comprehensive management, tools, supplies, equipment, and labor for both service and preventive maintenance of the shelving systems, with an initial contract period of one year and the potential for up to four additional years and a six-month extension. This maintenance is crucial for ensuring the operational efficiency and safety of the facilities, as it involves factory-trained technicians and adherence to strict safety and compliance standards. Interested small businesses must submit their quotations by September 13, 2024, at 1:00 P.M. EST, and can contact Mariah Thompson at mariah.thompson@us.af.mil or TSgt Gary Spillane at gary.spillane@us.af.mil for further information.
    Cheyenne Mountain SFS Fire Equipment Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the 21st Contracting Squadron, is seeking quotations for a Firm Fixed Price (FFP) contract to provide comprehensive maintenance and testing services for firefighting equipment at Cheyenne Mountain Space Force Station in Colorado. The procurement aims to ensure compliance with industry standards through annual inspections and maintenance testing, which includes tasks such as compressor servicing, breathing air testing, and hose testing, all while adhering to safety and environmental regulations. This contract is critical for maintaining operational readiness and safety standards for firefighting equipment, reflecting the government's commitment to quality assurance and regulatory compliance. Quotations are due by September 16, 2024, and interested parties must be registered in the System for Award Management (SAM) and can contact MSgt Eric Wienke at eric.wienke@spaceforce.mil or 719-556-5386 for further information.