Respiratory Air Management Program (RAMP) Maintenance Services
ID: N0060426Q0004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PEARL HARBORPEARL HARBOR, HI, 96860-4549, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

QUALITY CONTROL- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS (H142)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center Pearl Harbor, is seeking contractors to provide maintenance services for the Respiratory Air Management Program (RAMP) at Joint Base Pearl Harbor Hickam in Hawaii. The procurement includes essential services such as annual function tests, inspections, and certifications for Self-Contained Breathing Apparatus (SCBA) units, Rapid Intervention Crew (RIC) Kits, and Escape packs, all of which must comply with manufacturer requirements and National Fire Protection Association (NFPA) standards. This contract is critical for ensuring the safety and operational readiness of firefighting personnel, with a base period of performance from December 29, 2025, to December 28, 2026, and four optional one-year extensions. Interested parties should submit their quotes electronically by December 8, 2025, and direct any questions to Liane Pekelo-Passmore at liane.m.pekelo-passmore.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Commander Navy Region Hawaii (CNRH) Federal Fire Department (FFD) requires services for its Respiratory Air Management Program (RAMP). This Performance Work Statement outlines the need for a contractor to provide administration, labor, and materials to operate the RAMP on FFD premises on Oahu. Key requirements include annual function tests, inspections, and certifications for 300 masks, 196 SCBAs, 17 RIT packs, and 8 Escape packs. The contractor will also be responsible for maintaining an adequate inventory of repair parts, conducting repairs according to manufacturer recommendations and NFPA 1852, and performing RIC Kit inspections and pressure tests. Additionally, the contractor must provide comprehensive data collection, records management, and monthly status reports, with a 95% delivery and compliance threshold for all tasks. The contract spans a base year with four optional one-year extensions. Contractor personnel must be US citizens, comply with security requirements for base access, and clearly identify as contractor employees.
    The Commander, Navy Region Hawaii (CNRH) Federal Fire Department (FFD) is seeking a sole-source contract for the operation of its Respiratory Air Management Program (RAMP). This contract will cover the administration, labor, and materials for inspecting, repairing, and testing Self-Contained Breathing Apparatus (SCBA) units, Rapid Intervention Crew (RIC) Kits, and MSA Escape pack automatic transfer supplied air respirators. All services must comply with manufacturer requirements and National Fire Protection Association (NFPA) standards, with technicians certified by MSA Safety. The contractor will be responsible for maintaining an adequate repair parts inventory and providing test results within 15 calendar days. This sole-source justification is based on FAR 13.106-1(b)(1)(i), citing that only one source is reasonably available for this specialized requirement, which is not expected to exceed the simplified acquisition threshold.
    FAR 52.212-3 outlines offeror representation and certification requirements for commercial products and services in federal solicitations. It details procedures for offerors to complete annual representations electronically via SAM or submit specific certifications for the solicitation. The document provides extensive definitions for various business classifications (e.g., EDWOSB, SDVOSB, small business, women-owned business, HUBZone), restricted business operations, and supply chain compliance (e.g., Buy American, Trade Agreements, child labor, telecommunications equipment). It also covers certifications related to federal transactions, tax liability, felony convictions, greenhouse gas emissions, and whistleblower protections. The provision emphasizes compliance with federal regulations and serves to gather crucial information from offerors regarding their business status and adherence to specific government policies.
    The document, N0060426Q0001, details various clauses incorporated by reference and in full text for government solicitations, particularly those related to federal contracts. Key areas covered include requirements for contractor conduct, such as whistleblower rights, antiterrorism awareness, and restrictions on former DoD officials' compensation. Emphasis is placed on cybersecurity through clauses like "Safeguarding Covered Defense Information and Cyber Incident Reporting" and NIST SP 800-171 assessment requirements. Procurement restrictions are outlined for telecommunications equipment, business operations with the Maduro Regime, and procurements from the Xinjiang Uyghur Autonomous Region. Payment instructions are provided for the Wide Area WorkFlow (WAWF) system, including access, training, document types, and routing. The document also includes extensive offeror representations and certifications covering small business status, veteran-owned businesses, women-owned businesses, Buy American and Trade Agreements acts, responsibility matters (e.g., debarment, tax liability), child labor, place of manufacture, Service Contract Labor Standards, Taxpayer Identification Number, restricted business operations in Sudan, inverted domestic corporations, and prohibitions against contracting with entities engaging in certain activities related to Iran. Option clauses for extending services and contract terms are also present. The overarching purpose is to ensure compliance with federal laws, regulations, and executive orders for contractors seeking to do business with the government.
    The "RAMP PRICING SPREADSHEET" outlines a five-year pricing structure, including a base year and four option years, for various safety inspection and maintenance services. These services encompass SCBA face piece fit testing, SCBA function test annual certification, RIT pack inspection and pressure test annual certification, escape pack function test and inspection annual certification, and general parts and repairs. For each service, the spreadsheet details the quantity, unit price, and total cost per year. Although quantities are provided for each item across all years, the unit prices and year totals are currently listed as zero, indicating that this document serves as a template for cost proposals rather than a filled-out pricing agreement. This spreadsheet is likely part of a Request for Proposal (RFP) or a similar government procurement document, designed to solicit bids for essential safety equipment maintenance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J&A NR3 HPBAC NEW WORK RCC 510N
    Buyer not available
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center, is seeking a sole-source contractor for the overhaul of the Number 3 High Pressure Breathing Air Compressor (NR3 HPBAC) onboard the USS SAN ANTONIO (LPD 17). The procurement aims to address urgent maintenance needs due to the ship's firefighting capabilities being compromised, as only one of the two SCBA charging stations is operational. This overhaul is critical to ensure the safety and operational readiness of the vessel, with a contract value of approximately $88,848.53 funded by Fiscal Year 2022 Other Procurement, Navy (OPN) funds. Interested parties should contact Gregory Hodges at gregory.d.hodges@navy.mil or Chris Evans at christopher.evans17.civ@us.navy.mil, with the work expected to commence by November 28, 2022, and be completed by May 6, 2023.
    SCBA LIFE EXTENSION
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from Women-Owned Small Businesses (WOSB) for the recertification of 75 MK8 life raft inflation cylinders. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to conduct testing in accordance with DoT-Special Permit 16320, utilizing Modal Acoustic Emissions (MAE) technology to ensure the cylinders meet safety and operational standards. This procurement is critical for extending the service life of the life raft cylinders, which are essential for certifying ships for mission-critical assignments. Proposals are due by December 8, 2025, with the performance period anticipated from January 15, 2026, to March 15, 2026. Interested parties can contact Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil or by phone at 757-396-0590 for further details.
    Seattle VA Portable Fire Extinguisher Maintenance Service
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor to provide comprehensive maintenance services for approximately 1,500 portable fire extinguishers at the VA Puget Sound Health Care System facilities located in Seattle, American Lake, and Magnolia. The procurement includes monthly, annual, and six-year inspections, as well as a 12-year hydrostatic test swap-out program, ensuring compliance with NFPA 10, TJC, OSHA, and VA directives. This contract is crucial for maintaining safety standards within the facilities, and it has a base period from January 15, 2026, to January 14, 2027, with four one-year option periods extending through January 14, 2031. Interested parties should contact Michael J Borelli at Michael.Borelli@va.gov, and note that the response deadline has been extended to December 16, 2025.
    COMPRESSOR,MARC350A
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of the COMPRESSOR, MARC350A, through NAVSUP Weapon Systems Support Mechanicsburg. The procurement aims to secure a reliable repair service with a required turnaround time of 90 days, emphasizing the importance of timely and efficient repair for operational readiness. This solicitation is part of an emergency acquisition initiative, and interested contractors must submit their quotations by December 15, 2025, while adhering to specific requirements outlined in the solicitation, including pricing and repair turnaround details. For further inquiries, potential bidders can contact Valentino P. Arena at 717-605-2498 or via email at valentino.p.arena.civ@us.navy.mil.
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    VALVE,REHEATER DIV,
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of the Reheater Division Valve, a critical component in engine fuel systems. The procurement aims to ensure that these valves are restored to a Ready for Issue (RFI) condition, meeting stringent quality and inspection standards as outlined in the Statement of Work. This opportunity is vital for maintaining operational readiness and reliability of military vehicles, emphasizing the importance of high-quality repairs and adherence to specified timelines. Interested contractors must submit their quotes via email to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by December 15, 2025, with a quantity increase from 2 to 5 units noted in the solicitation.
    42--BREATHING APPARATUS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of breathing apparatus, specifically NSN 4240017224795, with a requirement for 93 units to be delivered to FB4654 434 LRS LGRS within 20 days after order (ADO). This equipment is critical for fire, rescue, and safety operations, underscoring its importance in ensuring the safety and operational readiness of military personnel. The solicitation is a total small business set-aside, and all responsible sources are encouraged to submit electronic quotes, as hard copies will not be available. Interested parties should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, and the solicitation can be accessed through the DLA's DIBBS website.
    Rental of (1) Diesel Ultra High Pressure (UHP) Trailer 20K PSI/20 GPM and component parts
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a Diesel Ultra High-Pressure (UHP) Trailer capable of delivering 20,000 PSI and 20 gallons per minute, along with associated services for a duration of 13 weeks, with a potential extension of 2 weeks. The UHP system must be trailer-mounted, diesel-powered, and designed for outdoor operation in extreme temperatures, incorporating specific safety features and components. This procurement is critical for supporting various operational needs at the shipyard, and contractors will be responsible for maintenance, repairs, and training of government personnel. Proposals are due by December 25, 2025, at 8:00 AM ET, and interested vendors must submit their quotes via email to David Ham at david.m.ham7.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    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.
    VENT AND DUCT WORK SERVICE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes from qualified Women-Owned Small Businesses (WOSB) for vent and duct work services, focusing on laundry and galley exhaust ventilation cleaning aboard a US Navy ship in Yokosuka, Japan. The contract, identified as N0040626Q0008, requires the contractor to inspect, cryogenically clean, and report on seven ventilation systems, with the work scheduled to be completed between December 15 and December 31, 2025, in accordance with NAVSEA standards. This service is critical for maintaining operational safety and efficiency within naval vessels, ensuring compliance with local labor laws and various federal regulations. Interested parties must submit their quotes, along with a signed solicitation form, to the primary contact, Ferbien Encomienda, at ferbien.o.encomienda.civ@us.navy.mil, by the specified deadline to be considered for this firm-fixed-price award.