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
    Solicitation FA449724R0018
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for architectural and engineering services to provide 35% design for the repair of transformers and lighting at Dover Air Force Base in Delaware. The project aims to enhance the operational efficiency and safety of the main aircraft parking apron by upgrading existing electrical systems and lighting, adhering to various Air Force design guidelines and safety regulations. This procurement is categorized as an 8(a) set-aside for SBA-certified firms, with an estimated contract value between $100,000 and $250,000, and proposals must be submitted electronically by September 17, 2024, at 2:00 PM EST. Interested parties can contact Victoria Barra at victoria.barra@us.af.mil or Carl Zahn at carl.zahn.3@us.af.mil for further information.
    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.
    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 seeking qualified contractors for the inspection, repair, and maintenance of kitchen hoods and fire suppression systems at F.E. Warren Air Force Base in Wyoming and associated Missile Alert Facilities. The procurement requires contractors to provide all necessary personnel, equipment, and services for semi-annual inspections, maintenance, and emergency repairs, ensuring compliance with applicable standards and regulations. This initiative is crucial for maintaining operational readiness and safety within military facilities, emphasizing the importance of effective fire suppression systems. Interested parties must submit their written quotations by October 15, 2024, with inquiries directed to Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, and must be registered in the System for Award Management (SAM) prior to contract award.
    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 comprehensive maintenance and repairs, including the removal and installation of engine assemblies, servicing the Allison 3000 series transmission, and ensuring compliance with National Fire Protection Agency standards. This procurement is critical for maintaining the operational readiness of emergency response vehicles, which play a vital role in safety and rescue operations. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Benton Medcalf at benton.medcalf@us.af.mil or Shayne Cole at shayne.cole@us.af.mil.
    Firefighting Foam Trailer
    Active
    Dept Of Defense
    The Department of Defense, through the 82d Contracting Squadron at Sheppard Air Force Base in Texas, is soliciting proposals for a 1000-gallon firefighting foam trailer under solicitation number FA302024Q0112. The procurement aims to enhance firefighting capabilities by acquiring a trailer that meets specific technical specifications, including a robust construction and operational features necessary for effective emergency response. This acquisition is exclusively set aside for small businesses, with proposals due by September 18, 2024, at 2:00 PM CST, and all quotes must remain valid through September 30, 2024. Interested vendors should direct their inquiries to Cole Jones or Ryan Kulpa via email, as funding for this contract is not currently available, and the government reserves the right to cancel the solicitation without obligation to reimburse vendors.
    FIGHTER WARBIRD P/TF-51 Service (5 Years)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for a five-year contract to provide Fighter Warbird services, including a single-engine P/TF-51 aircraft and qualified flight instructors, for the U.S. Air Force Test Pilot School at Edwards Air Force Base, California. The contract encompasses various services such as pilot instruction, maintenance personnel, sortie hours, ferrying, and fuel, with an anticipated performance period from October 1, 2024, to September 30, 2029. This procurement is critical for conducting qualitative evaluations and flying qualities curriculum flights, ensuring compliance with stringent safety and operational standards. Interested parties must submit their quotes electronically by September 12, 2024, to Justin Fobel at justin.fobel@us.af.mil and Maria Estevane at maria.estevane.1@us.af.mil, adhering to the specified guidelines and requirements outlined in the solicitation documents.
    Flightline Fire Extinguisher
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Flightline Fire Extinguisher Inspection and Maintenance Services for the California National Guard. The contract encompasses the inspection and maintenance of 87 Buckeye K-350 RG Portable Wheeled Fire Extinguishers across multiple airfields in California, including Mather Airfield, Stockton, Fresno, Camp Roberts, Camp San Luis Obispo, and Los Alamitos, ensuring compliance with NFPA-10 standards and federal regulations. This initiative is crucial for maintaining safety standards at military airfields, with a performance period extending from September 30, 2024, through September 2029. Interested small businesses must submit their proposals by September 16, 2024, and can direct inquiries to Kaipo Kim at kaipo.h.kim.civ@army.mil or by phone at 808-861-9563.
    N33191-24-R-0031 Design-Build (D-B) Construct Maintenance Facility and Technical Training Center in Djibouti
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Design-Build contract to construct a Maintenance Facility and Technical Training Center in Djibouti. The project aims to enhance military readiness and operational capabilities by providing a facility that supports training for medical equipment maintenance, with a focus on compliance with both American and Djiboutian regulations. The estimated project cost ranges from $100,000 to $250,000, and proposals must be submitted electronically by October 1, 2024. Interested contractors should contact Anna Gulewich at anna.l.gulewich.civ@us.navy.mil or Daniel Magrino at daniel.k.magrino.civ@us.navy.mil for further details.
    Hoods & Duct Cleaning
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide hood and duct cleaning services at F.E. Warren Air Force Base in Wyoming. The procurement involves comprehensive cleaning and inspection of kitchen exhaust systems, adhering to National Fire Protection Association standards, with a contract value of approximately $9 million over multiple years, starting from January 2025. These services are critical for maintaining operational safety and compliance within military facilities, ensuring that essential cleaning operations continue uninterrupted, especially during emergencies. Interested contractors must submit their written quotations by October 3, 2024, and can direct inquiries to Contract Specialists Kyra Niece or Shane Yurkus via the provided contact information.
    Fire Maintenance Services at Multiple locations within the Indianapolis District
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide fire maintenance services at three critical locations: the Columbus Air Traffic Control Tower in Ohio, the Indianapolis Air Traffic Control Tower, and the Indianapolis Air Route Traffic Control Center in Indiana. The procurement aims to ensure compliance with National Fire Protection Association standards through comprehensive inspection, testing, and maintenance of fire alarm systems, sprinkler systems, and fire extinguishers, thereby enhancing safety at these aviation facilities. The contract will span a base year with four optional renewal years, with proposals due by September 20, 2024, at 5:00 PM CST. Interested contractors should direct inquiries to Randie Thornton at randie.n.thornton@faa.gov and are encouraged to attend optional site visits scheduled for late August 2024.