Fire Suppression and Fire Extinguisher Maintenance
ID: W91QF525RA005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT GREGG-ADAMSFORT GREGG ADAMS, VA, 23801-0000, USA

NAICS

All Other Support Services (561990)

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 U.S. Army's MICC Fort Gregg-Adams, is soliciting proposals for fire suppression and fire extinguisher maintenance services at the Army Acquisition, Logistics and Technology Enterprise Systems & Services (ALTESS) Project Office in Radford, Virginia. The contractor will be responsible for providing semi-annual preventive maintenance and emergency repair services for fire suppression systems, annual inspections of fire extinguishers and fire alarms, as well as battery replacement services, ensuring compliance with safety regulations and operational readiness. This contract is critical for maintaining fire safety within the facility, supporting the Army's mission to protect personnel and IT assets. Proposals are due by June 27, 2025, at 10:00 AM EST, with a mandatory site visit scheduled for June 16 and June 18, 2025. Interested parties should contact Dacey Powell at dacey.c.powell.civ@army.mil or 520-692-7024 for further details.

    Files
    Title
    Posted
    The document is a Performance Work Statement (PWS) outlining the requirements for a non-personal service contract for Fire Suppression Systems and Fire Extinguisher Maintenance at the U.S. Army Acquisition, Logistics and Technology Enterprise Systems & Services (ALTESS) Project Office in Radford, VA. The contractor is tasked with providing Semi-Annual Preventive Maintenance (PM) and Emergency Repair Services (ERS), including annual inspections of fire extinguishers and fire alarm systems, as well as the replacement of batteries as needed. Key objectives include ensuring compliance with applicable state and federal regulations and guaranteeing that all safety equipment operates effectively to protect personnel and valuable IT assets. The contract spans a base year and an option year, with specific attention to maintaining security clearance for contractor personnel. Quality assurance measures will be implemented to monitor contractor performance, and deliverables must be documented and submitted following each service. The PWS emphasizes the critical nature of fire safety within the facility, reflecting the mission of ALTESS to support Army operations. By outlining detailed service requirements, performance standards, and adherence to government regulations, the document aims to ensure continuous operational readiness and safety for the data center and its personnel.
    The government document appears to outline procedures and requirements related to federal and local RFPs (Requests for Proposals) and grants. It emphasizes the importance of compliance with regulations governing grant funding. Key focuses include the eligibility criteria for organizations seeking grants, the application process, guidelines for proposal submissions, and the need for detailed project descriptions. Additionally, it discusses the evaluation process for proposals, highlighting the criteria on which submissions will be assessed. The document suggests that proposals should demonstrate a clear understanding of project goals and outcomes, alongside a detailed budget justifying the funding request. It is intended as a resource for organizations aiming to secure government funding, providing essential information to navigate the complexities of RFP submissions and grant applications effectively. The structure includes sections dedicated to compliance, evaluation criteria, and recommendations for successful proposal writing, ultimately guiding applicants in successfully obtaining financial support for their projects. This document serves to facilitate better understanding and access to federal and local grant opportunities while ensuring that submissions align with government standards and expectations.
    The document concerns an existing government contract, identified by the contract number W91QF5-20-P-0005, valued at $83,119.91. It serves as a confirmation or clarification regarding the nature of the requirement tied to this contract. While the specifics of the contracted services or products are not detailed, the reference to base and options suggests a multi-year engagement encompassing various scopes of work. This indicates the contract's longevity and potential flexibility, often typical within government procurement processes. Understanding the landscape of federal requests for proposals (RFPs) and grants is crucial, as they typically denote governmental needs for services, construction, or other expenditures that carry public benefit and adherence to regulatory frameworks. The presence of a value and an established contract number implies accountability and the need for compliance with federal spending protocols.
    The MICC Fort Gregg-Adams is issuing a combined synopsis and solicitation for fire suppression and fire extinguisher maintenance services, with proposals due by June 27, 2025, at 10:00 AM EST. The solicitation is set aside for small businesses. A mandatory site visit is scheduled for June 16 and June 18, 2025, with strict access guidelines, including criminal background checks and valid REAL ID for entry. Offerors must submit a technical volume alongside their bid. The scope covers maintenance of fire suppression systems, labor and parts for emergency response services, and fire extinguisher maintenance, with a requirement for historical data provision noted as unavailable. The contract will be awarded based on the lowest-priced, technically acceptable offer, highlighting the importance of meeting all specifications. Payments will be processed through the Wide Area Workflow (WAWF) system, requiring contractors to register in the System for Award Management (SAM). Overall, this solicitation aligns with government procurement processes aimed at enhancing safety through compliance with fire protection regulations and supporting local small businesses in fulfilling such contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fire Extinguisher
    Dept Of Defense
    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.
    Evaluate Fire Suppression Bldg. 126 at the Watervliet Arsenal, Watervliet , NY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified contractors to evaluate and modify the fire suppression system in Building 126 at the Watervliet Arsenal in New York. The project, valued at $19,500,000, involves the removal of existing shelving units, updating the fire suppression system to meet current codes, and providing stamped engineered drawings. This procurement is critical for ensuring the safety and compliance of the facility's fire suppression capabilities. Interested small businesses, particularly Women-Owned Small Businesses (WOSB), must submit their proposals electronically and adhere to various federal regulations, with the period of performance set from January 1, 2026, to March 31, 2026. A mandatory site visit is scheduled for December 17, 2025, and interested parties should contact Christopher Battiste at christopher.k.battiste.civ@army.mil for access arrangements.
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    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.
    Fire Extinguisher Assembly & Valve
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is preparing to solicit a Firm Fixed Price contract for the assembly and valves of fire extinguishers. This procurement involves a sole source contract with KIDDIE Technologies Inc for a total of 715 fire extinguisher assemblies and 3,720 fire extinguisher valves, which are critical components for military applications. The solicitation, identified as W912CH-25-R-0230, is expected to be released within two to four weeks, and interested contractors must be registered in the System for Award Management (SAM) to participate. For further inquiries, contractors can reach out to Contract Specialist Angelo Wilson at angelo.b.wilson.civ@army.mil.
    42--EXTINGUISHER,FIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 100 fire extinguishers (NSN 4210011749474) under a Combined Synopsis/Solicitation notice. The extinguishers are critical for fire safety and rescue operations, emphasizing the importance of reliable safety equipment for military and defense personnel. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and quotes must be submitted by the specified deadline, with delivery expected within 393 days after order placement.
    42--EXTINGUISHER,FIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of fire extinguishers, specifically NSN 4210015205525. The requirement includes the delivery of 25 units and 50 units to DLA Distribution Albany, with a delivery timeline of 68 days after order placement. Fire extinguishers are critical for safety and emergency response in various military and civilian applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    H312--Fire Extinguisher Inspection (VA Wilkes-Barre) Five (5) Year Indefinite-Delivery Contract (SDVOSB Only)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide fire extinguisher inspection services under a five-year Indefinite-Delivery Contract at the Wilkes-Barre VA Medical Center in Pennsylvania. The contractor will be responsible for performing annual inspections, 5/6-year internal inspections, and hydrostatic testing on approximately 300 fire extinguishers, ensuring compliance with NFPA Standard 10 and Joint Commission Standards. This contract is crucial for maintaining safety standards within the facility, and responses, including company information and a capability statement, are due by December 16, 2025, at 15:00 Eastern Time. Interested parties should contact Allan Tabliago at allan.tabliago@va.gov or call 732-978-0110 for further details.
    B491 Fire Alarm Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the repair of fire alarm systems at Facility B491, Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary equipment and labor to repair and rebuild the Simplex 4100ES Fire Alarm Control Panel, ensuring network communication with Facility B492 for fire pump activation. This project is critical for maintaining safety and compliance with fire control standards, and the total estimated award amount is $25 million. Interested parties must submit their proposals by January 5, 2026, and are encouraged to attend a site visit on December 16, 2025, with questions due by December 19, 2025. For further inquiries, contact SrA Jason Arizmendi at jason.arizmendi@us.af.mil or Lt Ryan Brewster at ryan.brewster.3@us.af.mil.
    Seattle VA Portable Fire Extinguisher Maintenance Service RFQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide comprehensive maintenance services for approximately 1,500 portable fire extinguishers across the VA Puget Sound Health Care System facilities located in Seattle, American Lake, and Magnolia, Washington. The procurement includes monthly, annual, and six-year inspections, as well as a twelve-year hydrostatic test swap-out program, ensuring compliance with NFPA 10, TJC, OSHA, and VA directives. This maintenance service is critical for maintaining fire safety and compliance across the facilities, with the contract valued at up to $12.5 million and set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their quotations by December 16, 2025, and can contact Michael J Borelli at Michael.Borelli@va.gov for further information.
    Fire Sprinkler System Inspection and Repair Services at PEWARS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is seeking contractors to provide fire sprinkler system inspection and repair services at the Pittsburgh facility. The procurement involves comprehensive inspection and repair tasks for existing wet-pipe fire sprinkler systems in Buildings N-104 and T-1002, adhering to various National Fire Protection Association (NFPA) standards and Occupational Safety and Health Administration (OSHA) regulations. This work is critical for ensuring the safety and compliance of fire protection systems, which play a vital role in safeguarding personnel and property. Interested contractors can reach out to Lisa Bisnette at lisa.d.bisnette@usace.army.mil or call 412-395-7556 for further details regarding the Performance Work Statement and submission requirements.