High Speed Deluge Maintenance and Repair
ID: W15QKN25QA096Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS (J042)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 6:00 PM UTC
Description

The Department of Defense, through the U.S. Army Contracting Command, is seeking qualified contractors to provide maintenance and repair services for High-Speed Deluge systems at Picatinny Arsenal, NJ. The procurement involves the competitive selection and award of multiple firm-fixed-price Blanket Purchase Agreements (BPAs) to fulfill the requirements outlined in the attached solicitation. These services are critical for ensuring the operational readiness and safety of firefighting and environmental protection equipment used by the Army. Interested parties can reach out to Gloria Thoguluva at gloria.thoguluva.civ@army.mil or 520-669-8575, or Julian Di Leo at julian.m.dileo.civ@army.mil or 520-714-9085 for further information.

Files
No associated files provided.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Annual Fire Systems Testing and Inspections
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Annual Fire Systems Testing and Inspections at Fort Drum. This procurement aims to ensure the maintenance and operational readiness of fire control equipment, which is critical for safety and compliance within military installations. The contract is set aside for small businesses under the SBA guidelines, with the relevant NAICS code being 561621 for Security Systems Services (except Locksmiths). Interested vendors should log in to https://piee.eb.mil and search for 'W911S225QFACD' for further details, and can reach out to Kayla Rogers at kayla.m.rogers14.civ@army.mil or 315-722-2342 for inquiries.
Treatment/Chemical Injection System for Cooling Tower - Water Treatment and Maintenance
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals for a Treatment/Chemical Injection System for Cooling Tower Water Treatment and Maintenance at Picatinny Arsenal, New Jersey. The procurement involves providing monthly water analysis, employee training, and maintenance services for the cooling tower system, with a contract duration of twelve months and the potential for four one-year extensions. This initiative is crucial for ensuring the operational efficiency and safety of critical infrastructure, emphasizing compliance with federal regulations and security protocols. Interested small businesses must submit their quotes by April 25, 2025, at 10:00 AM EST, and can direct inquiries to Ardelle Knight at ardelle.v.knight.civ@us.navy.mil.
Notice of Intent for Fort Sill, OK Fire Extinguisher BPA
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Sill, Oklahoma, is seeking qualified small businesses to establish a Blanket Purchase Agreement (BPA) for fire extinguisher maintenance, inspection, and service. The BPA will support Brigades and Major Army Commands (MACOM) on Fort Sill, with the government planning to award contracts to a maximum of three vendors to provide these essential services on a monthly and yearly basis. The services include thorough inspections and maintenance of fire extinguishers to ensure their effective and safe operation, with specific requirements for annual, six-year, and twelve-year inspections. Interested contractors must be registered in the System for Award Management (SAM) prior to award, and the solicitation package will be available on www.sam.gov around April 15, 2025. For further inquiries, potential offerors can contact Sommer Roach at sommer.p.roach.civ@army.mil or Brandi O'Daniel at brandi.l.odaniel.civ@army.mil.
Fire Bottle Service BPA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a Blanket Purchase Agreement (BPA) for fire bottle service at Hurlburt Field, Florida. The procurement involves comprehensive inspections, maintenance, repairs, and replacements of fire extinguishers in accordance with the attached Statement of Work (SOW), ensuring compliance with safety standards and manufacturer specifications. This service is critical for maintaining operational readiness and safety within various special operations squadrons. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by April 10, 2025, at 1:00 PM CST. For further inquiries, potential bidders can contact A1C Gery Reyes Ramos at gery.reyesramos@us.af.mil or SrA Abigail Turek at abigail.turek@us.af.mil.
Fire Alarm BPA Fort Drum NY
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fire Alarm services at Fort Drum, NY. The services include fire alarm sales combined with installation, repair, or monitoring services. The BPA calls may be below $25,000 and sporadic in nature. The Contractor must be able to accept the Government Purchase Card (GPC) and submit invoices in Wide Area Workflow (WAWF). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 561621. The registrations can be done through System for Award Management (SAM) for free. Any interested party should submit their DUNS number, CAGE Code, and Tax ID number to SFC Timmons.
Piping installation in the Wind Tunnel Laboratory
Buyer not available
The Department of Defense, through the United States Army Contracting Command – New Jersey, is preparing to issue a presolicitation for a firm fixed price contract, W15QKN-25-R-A039, focused on the installation of upgraded piping at the Wind Tunnel Laboratory located at Picatinny Arsenal, NJ. This procurement is justified under sole source authority, allowing for simplified acquisition procedures exempt from certain competitive requirements, and is essential for maintaining the operational capabilities of the laboratory. The relevant NAICS code for this service is 238220, and interested parties should direct inquiries to Howard Kane at howard.kane.civ@army.mil or by phone at 520-669-7062. This announcement serves as a pre-solicitation notice and does not constitute a request for proposals or quotes.
Mixed-Bed Deionization Systems Maintenance - 5 Year
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the maintenance of Mixed-Bed Deionization Systems at the Tobyhanna Army Depot in Pennsylvania. The contract encompasses preventative maintenance and emergency repair services for these systems, requiring contractors to perform maintenance every two months and provide on-call services capped at 20 hours annually, with a total contract duration of five years, including one base year and four optional years. These services are critical for ensuring the operational efficiency and compliance of water purification systems, which play a vital role in supporting military operations. Proposals are due by 4 PM on April 9, 2025, and interested parties should direct inquiries to Megan Jones at megan.jones5.civ@army.mil, ensuring compliance with federal regulations and active registration in the System for Award Management (SAM).
FIRE EXTINGUISHER
Buyer not available
The Defense Logistics Agency (DLA) Land Warren is soliciting proposals for the procurement of fire extinguishers, specifically under solicitation number SPRDL1-24-R-0042. The requirement includes a base quantity of 1,098 units, with an option for an additional 100% of the base quantity to be exercised within 365 days post-award, emphasizing the importance of timely delivery and compliance with federal regulations. These fire extinguishers are critical for ensuring safety and operational readiness within military facilities, and the contract will be awarded on a Firm Fixed Price basis. Interested vendors must contact Justin Stoner at justin.stoner@dla.mil or call 445-737-0498 for further details, and submissions must adhere to the specified delivery timeframe of 270 days after award.
Fire extinguishers facility and vehicle
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide fire extinguishers for emergency response facilities and vehicles. The procurement aims to supply essential firefighting equipment, ensuring readiness and safety in emergency situations. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with a revised NAICS code of 339999 for All Other Miscellaneous Manufacturing. Interested parties should note that the submission deadline has been extended to April 15, and they can reach out to Jose Arriola at jose.a.arriola.civ@army.mil or Joy Davis at joy.l.davis18.civ@army.mil for further inquiries.
Repair Fire Hydrant by Bldg 22
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair of a fire hydrant located by Building 22 at the Cheyenne Regional Airport in Wyoming. The project aims to ensure the hydrant is fully functional and compliant with safety regulations for fire protection, requiring the contractor to assess the hydrant's condition, execute necessary repairs, and maintain a clean worksite. This procurement is particularly significant as it is set aside for small businesses, with a firm fixed price of $45 million for the contract, which is expected to be completed by May 31, 2025. Interested contractors can reach out to Christopher Davalos at christopher.davalos.1@us.af.mil or by phone at 307-772-6887 for further details.