Fire Suppression System Inspection, Testing, and Inventory
ID: W911S225QA032Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT DRUMFORT DRUM, NY, 13602-5220, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

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 Army, is seeking qualified contractors to provide inspection, testing, and inventory services for fire suppression systems at Fort Drum, NY. The procurement aims to ensure the proper maintenance and functionality of both wet and dry chemical fire suppression systems, which are critical for safety and compliance within military facilities. Interested small businesses are encouraged to submit their quotes electronically via the PIEE Solicitation Module, with the final submission deadline set for September 16, 2025, at 10:00 EDT. For further inquiries, potential bidders can contact CPT Aaron Wrinkle at aaron.m.wrinkle.mil@army.mil or by phone at 315-772-6523.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FIRE TRUCK MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    Fuel Dispenser Maintenance
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking multiple businesses for a Blanket Purchase Agreement (BPA) for fuel dispenser maintenance at Fort Drum, NY. The services include repairing, replacing, testing, and reprogramming fuel dispensing systems and associated equipment. The Contractor must comply with federal and local codes and regulations. The BPA will be evaluated annually and may last up to five years. Interested parties must be registered with SAM under NAICS code 811310. Contractors responding before 05 January 2024 will receive a Master BPA. The performance period for the MBPA will be from 02 June 2024 to 01 June 2029.
    Air Station Detroit Fire Suppression System Inspection
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide inspection and testing services for the fire alarms and suppression systems at Air Station Detroit, located at Selfridge ANGB in Michigan. This procurement involves a request for quotation (RFQ) under solicitation number 70Z03026QCLEV0006, which requires compliance with the attached Statement of Work (SOW) and is aimed at ensuring the operational readiness and safety of critical fire control equipment. The solicitation will be conducted through an online competitive reverse auction facilitated by Unison Marketplace, where interested sellers must submit their bids electronically. For further inquiries, vendors can contact Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243, with all bids due by the specified deadline.
    Request For Information - Tire Fire Suppression Bottle
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking information from qualified firms regarding the procurement of Tire Fire Suppression Bottles for the Stryker Family of Vehicles. The objective is to acquire between 1,200 and 1,800 units of these bottles, which are critical for extinguishing tire fires on military vehicles, thereby ensuring crew safety and maintaining operational readiness in high-risk environments. Interested firms are required to respond to this Request for Information (RFI) by completing the attached workbook, which includes detailed specifications and requirements for the bottles, and submitting their responses by January 16, 2026, at 2:00 PM Eastern Standard Time. For further inquiries, firms may contact Taylor Ferguson at Taylor.D.Ferguson10.civ@army.mil or Marta Furman at marta.furman.civ@army.mil.
    Forest Improvement Herbicide- Fort Drum
    Buyer not available
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for herbicide services aimed at controlling invasive and undesirable vegetation. The contractor will be responsible for various herbicide application methods across treatment areas ranging from 1 to 400 acres, ensuring compliance with federal, state, and local environmental regulations, including the Endangered Species Act. This initiative is crucial for maintaining the ecological integrity of Fort Drum while effectively managing vegetation. Interested parties must register with the System for Award Management (SAM) under NAICS code 115310 and submit their Unique Entity Identifier (UEID) and CAGE Code via email to the primary contacts, Kayla Rogers and Jeffery Frans, by the specified deadline.
    Supply Blanket Purchase Agreement (Hardware)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for general hardware and lumber supplies at Fort Drum, New York. Interested contractors must be located within a 30-mile radius of Fort Drum and must be able to accept Government Purchase Cards, with potential payments exceeding $10,000 processed through Wide Area Workflow (WAWF). This procurement is crucial for supporting the Department of Public Works at Fort Drum, and BPAs will be evaluated annually based on price, socio-economic status, past performance, and technical capabilities. Interested parties should contact Samara Johnson at samara.e.johnson.civ@army.mil or Ernie Ixtlahuac at ernie.a.ixtlahuac.civ@army.mil for inquiries, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    Prescribe Fire Drone with Thermal Camera
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Prescribe Fire Drone equipped with a thermal camera, as outlined in a Combined Synopsis/Solicitation. This opportunity is set aside for small businesses under the SBA guidelines and falls under the Aircraft Manufacturing industry (NAICS code 336411), with a focus on unmanned aircraft (PSC code 1550). The drone is intended to enhance fire management operations, providing critical aerial support for prescribed burns. Interested vendors should note that the solicitation has been cancelled, and a new solicitation number W911S226U2251 will be issued. For further inquiries, Mark Luttrell can be contacted at mark.j.luttrell.civ@army.mil or by phone at 726-780-0503.
    EL-00241-5J, Power and Data for Workstations, Building P10110
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of power and data systems for workstations at Building P10110, located at Fort Drum, NY. This project falls under the Commercial and Institutional Building Construction category and is classified as a HUBZone Set Aside, indicating a preference for small businesses located in historically underutilized business zones. The work involves the repair or alteration of real property, which is crucial for maintaining operational efficiency within military facilities. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W911S226Q4988. For inquiries, Stephen Murray can be contacted via email at stephen.n.murray.mil@army.mil or by phone at 315-772-1977.
    Fire Extinguisher
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a firm-fixed-price, three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for fire extinguishers (NSN 4210-01-677-2080) to support Joint Light Tactical Vehicle (JLTV) units. The procurement requires offers for a total quantity of up to 281 units, with a guaranteed minimum of 14 units, and submissions must be made for the entire quantity across all three ordering years, as partial offers will not be considered. These fire extinguishers are critical for ensuring safety and compliance in military operations. Interested vendors should submit their proposals via email to the primary contact, Stephen Granch, at Stephen.Granch@dla.mil by the specified due date, with deliveries commencing 455 days after the order date, and shipments directed to the Defense Distribution Depot Red River.