Mobile Aircraft Fire Training Services
ID: W912JB25QA006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NF USPFO ACTIVITY MI ARNGLANSING, MI, 48906-2934, USA

NAICS

All Other Support Services (561990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting quotes for Mobile Aircraft Fire Training (MAFT) Support Services under solicitation number W912JB-25-Q-A006. The contractor will be responsible for providing personnel, equipment, and training to enhance the firefighting capabilities of military units, including developing tactical scenarios and offering technical guidance to the Northern Strike Plans Group. This service is crucial for ensuring military readiness and safety through specialized training programs for firefighting personnel. Quotes are due by June 30, 2025, and interested parties should contact Kelli Kelley at kelli.m.kelley3.civ@army.mil or by phone at 517-481-7852 for further information. Note that funding for this contract is currently unavailable, making the government's obligation contingent on future appropriations.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as an amendment to a solicitation, specifically extending the due date for offers to June 30, 2025. The amendment outlines the requirements for acknowledging receipt of this change, which can be done by returning copies of the amendment, acknowledging it on the offer, or via separate communication referencing the solicitation and amendment numbers. It emphasizes the importance of timely acknowledgment to avoid rejection of offers. The document also includes sections related to modifications of existing contracts/orders, specifying the necessary administrative changes and the authority under which these modifications are made. Notably, despite the amendments, the other terms and conditions of the original solicitation remain unchanged, ensuring continuity throughout the solicitation process. Contact information for inquiries related to the amendment is provided for the contracting officer. Overall, this document facilitates the adjustment process in federal procurement, ensuring compliance and clear communication between contractors and government officials.
    The Performance Work Statement (PWS) outlines the requirements for Mobile Aircraft Fire Trainer (MAFT) Support Services to be performed by a contractor at Grayling Army Airfield. The contract aims to enhance the firefighting capabilities of military units by providing training, technical guidance, and certifications from qualified contractors through a series of exercises scheduled for August 2025. The contract has a five-year duration, consisting of a base year and four optional years, with services primarily required in July and August. The contractor will be responsible for delivering hands-on training, classroom instruction, and maintaining the MAFT live burn simulator. Key tasks include developing training plans, conducting realistic emergency response drills, maintaining training records, and preparing an After-Action Report following exercises. Quality control measures, safety compliance, and employee training on security protocols and operations are also emphasized. The document specifies government-furnished property, materials, and detailed guidelines for security, quality assurance, and contractor personnel identification. The comprehensive outline reflects a crucial governmental effort to ensure military readiness and safety through specialized training programs for firefighting personnel.
    The U.S. Department of Labor's Wage and Hour Division issued Wage Determination No. 2015-4873, detailing minimum wage and fringe benefit obligations for federal service contracts within specific Michigan counties. Contracts awarded post-January 30, 2022, must pay workers a minimum of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $13.30 per hour, adjusted for inflation. A comprehensive occupation list details corresponding wage rates for various job roles, alongside mandatory health and welfare benefits of $5.36 per hour for covered employees. Additionally, contractors must adhere to paid sick leave regulations and provide at least twelve paid holidays annually. The document also addresses classifications not listed in the wage determination, outlining a conforming process to ensure equitable wage assignments. Overall, this file serves as a guideline for ensuring fair labor practices in federal contracts, reflecting the government's commitment to worker protection and proper compensation.
    The document contains a Wage Determination under the Service Contract Act, outlining minimum wage and fringe benefit requirements for federal contractors in Michigan's Eaton and Ingham Counties. It emphasizes compliance with Executive Orders 14026 and 13658, mandating higher minimum wage rates for employees based on contract effective dates. For contracts commencing or renewed after January 30, 2022, the minimum wage is set at $17.75 per hour, while for earlier contracts, it is $13.30 per hour. The detailed table lists various occupations with corresponding wage rates and fringe benefits, including health and welfare, vacation, and holiday entitlements. Additionally, it describes requirements for additional classifications and wage rates through a conformance process for unlisted job descriptions. Safety regulations, uniform allowances, and specific provisions for hazardous positions are also outlined. This Wage Determination serves to establish fairness in compensation, ensuring federal contractors comply with labor laws while providing essential protections and benefits to their employees.
    The document outlines Wage Determination No. 2015-4853 for federal contracts in Kalamazoo, Michigan, under the Service Contract Act (SCA). It specifies mandatory minimum wage and fringe benefits for various occupations based on two Executive Orders: 14026, which applies to contracts after January 30, 2022, and mandates a minimum wage of $17.75 per hour, and 13658, covering earlier contracts, setting a minimum of $13.30 per hour. A detailed table lists wage rates for a variety of occupations, including clerical, automotive, food service, health, and technical roles. Contractors are also required to provide paid sick leave under Executive Order 13706 and specific health and welfare benefits. The document includes guidelines for requesting additional classifications and wage rates for unlisted job titles, reinforcing compliance with wage determination standards. Overall, this file emphasizes the federal government’s commitment to fair wage practices for service employees under contract, ensuring protection and standardization across various job classifications in the Kalamazoo area.
    The document is a combined synopsis/solicitation for Mobile Aircraft Fire Training (MAFT) Support Services under solicitation number W912JB-25-Q-A006. It is a 100% Small Business Set-Aside, intended for a firm-fixed price contract comprising a base year and four option years, with services starting on July 24, 2025. The contractor will provide personnel, equipment, and training support to enhance the firefighting capabilities of the Northern Strike Plans Group, including developing tactical scenarios and providing technical guidance. Quotes are requested from interested parties and are due by June 23, 2025. Notably, funding for this contract is currently unavailable, making the government’s obligation contingent on future appropriations. Offerors must submit a complete quote including technical capability, price quotes, and past performance references. The government will award the contract based on technical acceptability, price, and performance history without discussions. Offerors must comply with several provisions and clauses related to commercial items as well as representations regarding business operations. This solicitation aligns with federal grant and RFP protocols, adhering to strict evaluation and submission guidelines to ensure fair competition and transparency in contracting processes.
    The document pertains to Microsoft Information Protection, specifically discussing the encryption technology utilized to secure its contents. Access to the document is limited to authorized users equipped with compatible PDF viewers that support Azure Rights Management. In case of access issues, users are advised to contact the document owner for permission. Additionally, Microsoft emphasizes its commitment to user privacy, as indicated in its privacy statement provided at the company’s headquarters in Redmond, Washington. The context suggests a focus on secure document management relevant to federal government RFPs, grants, and local applications, hinting at the importance of protecting sensitive information in these processes.
    The document currently does not contain any substantive content to summarize, as it appears to be an error message related to Adobe Reader compatibility issues. It suggests upgrading to the latest version of Adobe Reader or seeking assistance for viewing certain document types. There are no key ideas or supporting details present since the file itself is not accessible for analysis. Therefore, it lacks a clear main topic or purpose related to federal RFPs, grants, or local solicitations. This limitations prevent any meaningful breakdown or summary of the intended document. Without the actual content, a summary cannot be formed, and the analysis remains incomplete.
    This document serves as an amendment to a solicitation, specifically identified by the contract ID W912JB25QA006, issued on June 12, 2025. The primary purpose of the amendment is to extend the due date for quote submissions to June 26, 2025, at 12:00 p.m. local time, and to push the deadline for questions to June 18, 2025, at the same time. It reaffirms that all other terms and conditions outlined in the original solicitation remain unchanged and effective. It mandates that offers must acknowledge receipt of this amendment by specific methods to avoid rejection. The document outlines procedural requirements for contractors regarding submissions and modifications to offers previously made, emphasizing the importance of compliance to ensure successful participation in the solicitation process. The amendments and their implications are guided by federal regulations, relevant under FAR (Federal Acquisition Regulation) policies, indicating a structured approach to managing government procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Edwards AFB Fire Suppression Maintenance 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    Self-Contained Breathing Apparatus (SCBA) Annual Testing
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, North Carolina, is soliciting quotes for the annual testing of Self-Contained Breathing Apparatus (SCBA) equipment. The procurement involves comprehensive flow testing services for MSA G1 SCBA packs, masks, RIT packs, and escape packs, ensuring compliance with NFPA 1852 standards to maintain the safety and operational readiness of critical firefighting equipment. This contract, valued at $19,500,000, includes a base year and four option years, with services scheduled to commence on January 1, 2026, and conclude on December 31, 2030. Interested vendors must submit their quotes via email to the designated contacts by the deadline of December 16, 2025.
    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.
    Mortar Fire Control Systems (MFCS) Hardware and Operator New Equipment Training and Maintainer New Equipment Trainng (OPNET/MNET) Services
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command–New Jersey, is seeking to extend the ordering period for the Mortar Fire Control Systems (MFCS) Hardware and Operator New Equipment Training and Maintainer New Equipment Training (OPNET/MNET) Services. This procurement involves a modification to Contract W15QKKN-17-D-0007, which will extend the ordering period by one year and increase the maximum contract value to facilitate the production, kitting, delivery, fielding, testing, and training associated with the Mortar Fire Control Systems. These systems are critical for enhancing the operational capabilities of U.S. Army units. Interested parties can reach out to Michael Samra at michael.w.samra.civ@army.mil or by phone at 973-724-3965, or contact Amy Sentner at amy.sentner.civ@army.mil or 609-562-5649 for further details.
    Firefighting Vehicles North Macedonia
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking information from potential vendors regarding the procurement of firefighting vehicles for local fire departments in North Macedonia. The requirements include a pickup truck with a double cabin designed for 1+4 passengers and cargo, featuring an integrated fire extinguishing system, a 1200-liter tank, and a minimum 110kW Euro diesel engine, as well as an ATV quadricycle equipped with a medium-pressure pump and a 400-liter water tank. This initiative aims to enhance firefighting capabilities in the municipalities of Sveti Nikole and Kavadarci, emphasizing the need for robust and multifunctional equipment for effective fire suppression operations. Interested vendors should submit their statements to Melissa McDaniel or Judy I.-P. Biboum via the provided email addresses, including relevant company information and the subject line "North Macedonia Firefighting Vehicles." This request for information is for planning purposes only and does not guarantee a future contract.
    Tactical Snow and Ice Training Japan
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for Tactical Snow and Ice Training at Kadena Air Base, Okinawa, Japan. This training program aims to enhance the capabilities of the 31st Rescue Squadron in conducting rescue and recovery operations in cold weather and mountainous environments, aligning with Air Force guidelines for snow and ice operations. The contract has an estimated ceiling of $350,000, and interested offerors must submit their quotations by 10:00 AM JST on December 18, 2026, to 2d Lt Brandon Campbell, with questions accepted until December 15, 2025. All contractors must be registered in the System for Award Management (SAM) to be eligible for consideration.
    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.
    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.
    Professional Master's of Manufacturing Leadership Program, IAW PWS dated 07 August 2025.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide a Professional Master's of Manufacturing Leadership Program in support of Robins Air Force Base in Georgia. The procurement encompasses all necessary personnel, equipment, supplies, and services required for training courses, certificate programs, and degree offerings, including graduation materials. This initiative is crucial for enhancing workforce development and management training within the Air Force, with a contract period spanning from January 1, 2026, to December 31, 2030. Interested parties should submit their quotes by December 19, 2025, and can contact Curtis Green at curtis.green.9@us.af.mil or 478-222-3733 for further information.
    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.