DC Gear
ID: N6278925Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSUP OF SHIPBUILDING GROTONGROTON, CT, 06340-4990, USA

NAICS

All Other Miscellaneous Textile Product Mills (314999)

PSC

ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE (5998)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of firefighting equipment to enhance operational readiness at the Naval Submarine Base in Groton, Connecticut. The solicitation, identified as N62789-25-Q-0011, includes the provision of twenty SuperPass 5 devices, one custom USB data download cable, and seven Teledyne-Flir Model K45 thermal imagers, all of which must comply with National Fire Protection Association (NFPA) standards. This procurement is critical for improving damage control capabilities within the Navy, ensuring safety and efficiency in firefighting operations. Interested small businesses must submit their proposals electronically by 5:00 PM EST on April 25, 2025, to the designated contacts, Stephanie Brass and Stephanie Neale, at the provided email addresses.

Files
Title
Posted
Apr 10, 2025, 11:04 AM UTC
Apr 10, 2025, 11:04 AM UTC
The document concerns a Request for Proposal (RFP) issued by the U.S. Navy for the procurement of firefighting equipment, specifically for the Naval Submarine Base in Groton, CT. The contract, designated N6278925Q0011, invites bids for various items, including twenty SuperPass 5 devices and seven Teledyne-Flir Model K45 thermal imagers, to enhance the base's damage control capabilities. The RFP outlines critical delivery and payment specifications, with a submission deadline of April 25, 2025, at 5:00 PM. Contractors are required to adhere to a range of terms, including warranty provisions, inspection and acceptance criteria, and compliance with federal regulations. The delivery location is specified as the Naval Subase New London, and all equipment must be compliant with the National Fire Protection Association (NFPA) standards. The document elaborates on the process for secure electronic submission of invoices and the essential requirements for contractor personnel seeking access to the military base, emphasizing adherence to security protocols. Overall, the RFP highlights the U.S. Government's focus on enhancing safety and operational readiness through the acquisition of specialized firefighting equipment and compliance with strict contracting guidelines.
Lifecycle
Title
Type
DC Gear
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
3M Scott EPIC 3 Voice Amplifier and Bracket/Service Kit
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking proposals from qualified small businesses for the procurement of 21 EPIC 3 Voice Amplifiers and 21 EPIC Bracket/AV3000 Service Kits, as outlined in solicitation number N62789-25-Q-0013. These items are critical for enhancing damage control firefighting training at the Naval Submarine Base in Groton, Connecticut, and must be sourced from authorized dealers of 3M SCOTT products. Proposals are due by 5:00 PM EST on May 13, 2025, and must be submitted electronically to the designated contacts, Roland Parrilla and Stephanie Neale, ensuring compliance with the System for Award Management (SAM) registration. The government will evaluate offers based on total price and delivery capabilities, with the potential for contract awards based on the best overall value rather than the lowest price.
REPLACEMENT FIRE SUPPRESSION
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is soliciting quotes for the procurement of replacement fire suppression systems and associated kits under Request for Quote number 70Z08525Q40068B00. This procurement is a total small business set-aside and requires that only authorized distributors of the Original Equipment Manufacturer (OEM), A.F.P. Corp (CAGE Code 0DS58), submit bids, which must include proof of authorization. The items are critical for ensuring effective firefighting capabilities within the Coast Guard, with a required delivery date of July 20, 2025, and quotes due by May 1, 2025. Interested vendors should contact Gina Baran at gina.m.baran@uscg.mil for further details and ensure compliance with all specified packaging, shipping, and invoicing requirements.
Amerex Halotron Fire Extinguisher Inspection, Maintenance, and Repair, Multiple Locations
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide inspection, maintenance, and repair services for Amerex Halotron fire extinguishers at various Naval Air Stations. The contract requires compliance with National Fire Protection Association (NFPA) standards and aims to ensure the operational readiness and safety of Navy assets through reliable fire extinguishing services. This procurement is critical for maintaining effective firefighting capabilities and includes a base year from June 1, 2025, to May 31, 2026, with four option years extending through May 2030. Interested parties must submit their quotations by April 25, 2025, and can contact Kyle Smigelski at kyle.a.smigelski.civ@us.navy.mil or 904-542-1264 for further information.
Inspection & Certification of Life Rafts
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide inspection and certification services for life rafts at the Naval Submarine Base in Groton, Connecticut. The procurement involves inspecting and certifying two Survitec life rafts and one Zodiac life raft, with the contractor required to be a certified maintenance provider for both brands and to comply with U.S. Coast Guard standards. This initiative is crucial for ensuring the operational readiness and safety of military personnel by adhering to quality assurance and regulatory standards. Interested vendors must submit their quotes electronically by 0800 EST on May 5, 2025, and can contact Kyle Berg or Stephanie Neale for further information.
42--NOZZLE,FIRE EQUIPME
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of fire equipment nozzles, specifically NSN 4210004651906, with a total quantity of 725 units. This procurement is critical for ensuring the availability of reliable fire safety equipment, which plays a vital role in emergency response and safety operations. The solicitation is classified as a Combined Synopsis/Solicitation and is set aside for Historically Underutilized Business (HUBZone) concerns, with quotes required to be submitted electronically. Interested parties should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, and the deadline for quote submission is 88 days after the award date.
Advanced Cleaning and Inspection of Personal Protective Equipment (Firefighter’s Gear)
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Jacksonville, is seeking qualified vendors to provide advanced cleaning and inspection services for firefighter's gear at Naval Air Station Joint Reserve Base in Fort Worth, Texas. The procurement requires biannual advanced cleanings and annual inspections of firefighting ensembles, in compliance with the 2020 National Fire Protection Association (NFPA) 1851 standard, for a total of 28 to 117 pairs of gear. This opportunity is set aside for 100% Woman Owned Small Businesses (WOSB) and will culminate in a firm-fixed price purchase order with a one-year base period and up to four additional one-year option periods. Interested parties must register in the System for Award Management (SAM) and are encouraged to download the Request for Quotation (RFQ) from the Contract Opportunities website, as no physical copies will be distributed. For further inquiries, contact Mrs. Peiney Allerton at peiney.t.allerton.civ@us.navy.mil or call 904-542-4327.
BPA - Fire fighting Equipment PSC 4210
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for fire-fighting equipment under PSC Code 4210. This procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with a focus on positive past performance as a key evaluation criterion. The BPAs will facilitate the acquisition of essential fire-fighting equipment, which is critical for ensuring safety and operational readiness. Interested vendors must submit their documentation and past performance references to Barbara Grinder by April 30 for June awards or by October 31 for December awards, and they must maintain active accounts in both the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM).
Fire Hose Testing
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a contract related to fire hose testing at Wright Patterson Air Force Base in Ohio. The procurement aims to secure commercial services for the inspection and testing of approximately 35,000 feet of firefighting hoses and associated nozzles, ensuring compliance with the National Fire Protection Association (NFPA) standards. This initiative is critical for maintaining the operational readiness and safety of firefighting equipment, which plays a vital role in emergency response efforts. Interested small businesses must submit their proposals electronically by 10:00 AM EDT on April 25, 2025, with a total contract value estimated at $47 million. For further inquiries, potential bidders can contact David Suttling or Edward A. Huchison via email.
Fire Extinguisher Maintenance Services
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for fire extinguisher maintenance services at Marine Corps Air Station New River in North Carolina. The contractor will be responsible for the maintenance, repair, and recharge of 140 Halotron flightline fire extinguishers, which includes six-year maintenance and twelve-year hydrostatic testing, all in compliance with specified standards and regulations. This procurement is critical for ensuring operational safety through the proper maintenance of essential fire safety equipment. Interested contractors must submit their bids by May 5, 2025, at 2:00 PM, and are encouraged to contact Monica R. Thomas at monica.r.thomas.civ@usmc.mil or Michael Dobbins at michael.dobbins@usmc.mil for further information.
PORTABLE NITROGEN PRODUCTION UNIT -FIRE SUPPRESSION
Buyer not available
The Defense Logistics Agency (DLA) Maritime Puget Sound is conducting market research to identify potential suppliers for a Portable Nitrogen Production Unit (NPU) intended for fire suppression applications. The NPU must be a turnkey system capable of delivering a continuous flow of nitrogen at a minimum of 300 CFM and 95% purity, designed for operation in a marine environment with specific performance and environmental requirements. This procurement is crucial for enhancing fire suppression capabilities, and interested parties are encouraged to submit their capability statements by 10:00 a.m. PDT on May 6, 2025, to Jack Edwards at jack.edwards@dla.mil. There is no solicitation at this time, and the government will not assume any financial responsibility for costs incurred in response to this request.