Surface Fire Fighting/Damage Control (FF/DC) Contractor Operations and Maintenance Services (Surf FF/DC COMS)
ID: N6134024R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAWC TRAINING SYSTEMS DIVORLANDO, FL, 32826-3224, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- TRAINING AIDS AND DEVICES (J069)

Set Aside

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

    Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Surface Fire Fighting/Damage Control (FF/DC) Contractor Operations and Maintenance Services (Surf FF/DC COMS). This service is typically used for the maintenance, repair, and rebuilding of equipment related to training aids and devices. The procurement is a Total Small Business Set-Aside and will be conducted under a Firm-Fixed-Price (FFP) Task Order contract. Interested sources under Multiple Award Contract (MAC), FTSS V, LOT 2 are encouraged to submit a proposal.

    Files
    No associated files provided.
    Similar Opportunities
    SOURCES SOUGHT NOTICE FOR INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) DESIGN-BUILD (DB) AND DESIGN-BID-BUILD (DBB) FIRE PROTECTION MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is seeking qualified contractors for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Design-Build (DB) and Design-Bid-Build (DBB) Fire Protection Multiple Award Construction Contract (MACC) primarily focused on fire protection installation and repairs. The contract will encompass a range of services including the installation of fire suppression systems, fire alarm systems, and life safety system renovations across various states including Florida, Georgia, and Texas, with an anticipated total value of $99 million over a base year and four option years. Interested parties, particularly small businesses and those with specific certifications, must submit their qualifications and relevant project experience by 3:00 PM Eastern Time on September 5, 2024, to Matthew Abbott at the provided email address, ensuring all submissions adhere to the specified guidelines.
    63--CONTROL SYSTEM,FIRE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of fire control systems. This procurement aims to ensure the operational readiness and reliability of critical fire control equipment, which plays a vital role in naval operations and safety. Interested contractors should note that the solicitation falls under the NAICS code 335311, focusing on power, distribution, and specialty transformer manufacturing, and the PSC code 6350, which pertains to miscellaneous alarm, signal, and security detection systems. For further inquiries, potential bidders can contact Timika Nicholson at 215-697-2582 or via email at TIMIKA.NICHOLSON@NAVY.MIL.
    Z--Design-Build and Design-Bid-Build Indefinite-Delivery/Indefinite Quantity Fire Protection Multiple Award Construction Contract for the Naval Facilities Engineering Command Southeast
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Design-Build and Design-Bid-Build Indefinite-Delivery/Indefinite Quantity Fire Protection Multiple Award Construction Contract for the Naval Facilities Engineering Command Southeast. This contract is for fire protection construction projects at Department of Defense activities within the NAVFAC SE Area of Responsibility. The contract will include fire suppression systems, water supplies, foam systems, gaseous agents, special hazards protection, fire alarm systems, and life safety system renovations. The contract will be awarded to approximately 5 contractors with a total aggregate value of $99,000,000 over a five-year ordering period. The work will primarily be performed in South Carolina, Georgia, Florida, Alabama, Arkansas, Mississippi, Kansas, Louisiana, Texas, Tennessee, Missouri, Oklahoma, Guantanamo Bay Cuba, and the Bahamas. The source selection method will be a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. Offerors must be registered with the System for Award Management (SAM) to be considered.
    FIRE EXTINGUISHER SERVICE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting quotes for fire extinguisher services at the Naval Hospital Bremerton in Jackson Park, WA, specifically set aside for small businesses. The procurement involves a firm, fixed-price contract for the maintenance, inspection, repair, and recharge of wheeled fire extinguishers, ensuring compliance with federal and state regulations as well as safety standards established by the National Fire Protection Association (NFPA). This initiative is crucial for maintaining safety standards within military installations, emphasizing the government's commitment to utilizing qualified service providers. Interested contractors must submit their proposals by October 28, 2024, with the performance period scheduled from November 1, 2024, to November 30, 2024. For inquiries, contact Kristen Lorena at kristen.g.lorena.civ@us.navy.mil.
    58--COMPACT TERMINAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure two units of the Compact Terminal (NSN 7H-5895-LLH0C1954) under a presolicitation notice. The procurement is set aside for small businesses, and the selected contractor must comply with specific quality assurance standards, including MIL-I-45208A, as verified by a joint DCMA/NAVSUP WSS survey team. This equipment is critical for the USS Roosevelt (DDG 80) and is not available from other sources due to the government's lack of ownership of the necessary data for repair or alternative sourcing. Interested parties should contact Alexander Bonner at (717) 605-6458 or via email at ALEXANDER.BONNER@NAVY.MIL for further details, and proposals must be submitted within 45 days of the notice publication.
    69--DISSECTABLE MARINE ENGINE COMPONENTS TO BE USED FOR TRAINING. THIS IS A PRE-SOLICITATION NOTICE ONLY.
    Active
    Dept Of Defense
    Presolicitation notice: DEPT OF DEFENSE is seeking to procure dissectable marine engine components to be used for training purposes at the Puget Sound Naval Shipyard and IMF. This requirement will be solicited on a 100% small business set-aside basis. The contract will be a firm fixed price (FFP) type commercial purchase order. The FOB will be DESTINATION Bremerton, WA. The solicitation will be posted on or about 28 February 2017 on the Navy Electronic Commerce Online (NECO) web link and can also be downloaded from http://fedbizops.gov/. The closing date for the solicitation will be 15 days from posting. Interested firms must complete the entire solicitation document, provide technical specification documentation, and ensure current registration in the SAM system. Any questions must be submitted in writing via email to Susan.Peterson@dla.mil.
    U--DMSS-N training for NAVIFOR
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVSUP Fleet Logistics Center Norfolk, for DMSS-N training for Naval Information Forces (NAVIFOR). The training is intended to be conducted under a Firm Fixed Price contract using the procedures of FAR part 13. The requirement is brand-specific and will be solicited with Other Than Full and Open Competition. The resulting contract will be for a one-year period, starting on September 20, 2019, and ending on September 19, 2020. The NAICS code for this acquisition is 611420 with a size standard of $12 million. The complete RFP package will be available for download on or about September 5, 2019, on the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the POC identified in the synopsis.
    20--Compress Melt Units
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Actuators for an LSD class vessel berthed in Sasebo, Japan. The contract will be awarded on a sole source basis to Flightfab, Inc. The supplies will be delivered directly to Sasebo, Japan. The solicitation will be posted on the NECO website on December 1, 2016, with proposals due by December 15, 2016. A Firm-Fixed Price contract will be awarded in accordance with FAR parts 12 and 13.5. Interested parties should monitor the NECO website for updates.
    Multi Mission Surface Combatant (MMSC) - Professional Mariner (PM) Crew
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking proposals for the operation and maintenance of four Multi Mission Surface Combatants (MMSC) during a 14-month Post Delivery period. The procurement aims to secure a Professional Mariner (PM) Crew, augmented by a detachment from NSWC-PHD, responsible for safe navigation, equipment maintenance, and shipboard services during both in-port and at-sea operations. This initiative is critical for ensuring the operational readiness and effective management of naval assets, particularly as the MMSC is designed for advanced military capabilities and international cooperation. Interested parties should contact Daniel Fisher at daniel.a.fisher46.civ@us.navy.mil for further details, and must submit requests for additional information by November 15, 2024, with feedback on the draft Statement of Work due by November 22, 2024. An Industry Day is anticipated in December 2024, with a Request for Proposal expected to be released in fiscal year 2025.
    J--Tyco Alarm Maintenance
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance services for TYCO Alarm. This service is used to ensure the proper functioning and upkeep of TYCO Alarm systems. The contract will be a Firm Fixed Price (FFP) contract and will be awarded to a small business. The contract will have a base year of twelve months and four option periods of twelve months each. The RFQ package will be available for download on or about 23 March 2017. Interested contractors must be registered in the System for Award Management (SAM) database to be eligible for the award. For more information, contact the POC identified in the synopsis.