Cheyenne Mountain SFS Fire Equipment Testing
ID: FA251724Q0089Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

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

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
    Description

    The Department of Defense, through the 21st Contracting Squadron (21 CONS), is seeking quotations for a Firm Fixed Price (FFP) contract to provide comprehensive maintenance and testing services for firefighting equipment at Cheyenne Mountain Space Force Station in Colorado. The procurement aims to ensure compliance with industry standards through annual inspections and maintenance testing, including tasks such as compressor servicing and hose testing, while adhering to safety and environmental regulations. This contract is critical for maintaining operational readiness and safety standards for firefighting equipment, with the project period spanning from September 30, 2024, to September 29, 2029. Interested small businesses must submit their quotations by September 16, 2024, and can contact MSgt Eric Wienke at eric.wienke@spaceforce.mil or Tracie Winfree at tracie.winfree@spaceforce.mil for further information.

    Files
    Title
    Posted
    The Cheyenne Mountain Space Force Station (CMSFS) requires contractor services for annual testing, maintenance, and compliance inspections of firefighting equipment. The contractor must provide all necessary personnel, tools, and materials, adhering to numerous safety regulations and certification standards, including ISO 9001:2008 and various NFPA guidelines. Key tasks include pre-work site inspections, compliance with environmental and hazardous materials regulations, and proper waste disposal methods. The contractor will perform services during regular business hours, with specific plans and reports required before and after testing. All work must align with existing CMSFS security protocols, emphasizing the importance of contractor personnel meeting strict entry requirements and obtaining necessary clearances. The contract explicitly details obligations regarding hazardous materials management, contractor qualifications, and quality assurance processes, ensuring adherence to safety and operational standards. Performance objectives are clearly defined, focusing on timely inspections and reporting. The document serves as a comprehensive framework for the procurement of essential firefighting equipment services, reflecting the federal government's commitment to safety and regulatory compliance through structured RFP processes.
    The Performance Work Statement (PWS) outlines the requirements for annual compliance inspections and maintenance testing of firefighting equipment at Cheyenne Mountain Space Force Station (CMSFS), Colorado. The contractor is tasked with providing personnel, tools, materials, and transportation to conduct various tests, including compressor servicing, breathing air testing, and hose testing, ensuring compliance with industry standards such as ISO 9001:2008 and several NFPA regulations. The contractor must perform a pre-work site inspection, comply with federal, state, and local regulations, and ensure all work is approved by relevant authorities. The contract emphasizes the use of environmentally friendly products and mandates proper handling and disposal of hazardous materials. In terms of performance, the contractor must deliver reports within specified timelines and adhere to security regulations due to the restricted nature of the facility. Access requires background checks and adherence to established security procedures. The engagement reflects a commitment to safety, quality assurance, and regulatory compliance, aligning with government protocols for RFPs and grants within the realm of public service contracts.
    The file details a Request for Proposals (RFP) for firefighting equipment testing services at Cheyenne Mountain Space Force Station, spanning from September 30, 2024, to March 29, 2030. It includes a structured breakdown of various service line item numbers (CLINs) across five option years. Key services listed include compressor service, air test kits, nozzle flow testing, ladder testing, and gear inspections, each quantified for evaluation purposes. The cost for all services in the proposal remains listed as $0.00, suggesting that this is an evaluative structure rather than a definitive financial offer. Each service segment is organized chronologically by contract years, indicating a clear plan for ongoing equipment testing and maintenance. This RFP exemplifies government efforts to ensure safety standards and operational readiness through systematic equipment testing, integral for firefighting efficacy and safety compliance in federal operations.
    This document outlines vital contract administration and compliance requirements pertinent to federal acquisition regulations, particularly for the Department of Defense (DoD). It specifies the incorporation of various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, detailing obligations for contractors regarding payment processing through the Wide Area Workflow (WAWF) system. Key definitions, submission guidelines, and training requirements for contractors are clarified, emphasizing the need for electronic submission of payment requests. Moreover, the document highlights special contract considerations such as compliance with labor standards, environmental regulations, and the necessity of maintaining safety protocols on government installations. An appendix includes a comprehensive set of attachments relevant to the contract's performance work statement, wage determination, and specific clauses required for government contracting. It serves to ensure that contractors are aware of and adhere to the regulations governing their work, aligning with broader government procurement objectives. This framework fosters accountability and transparency, essential for successful contractual engagements in federal and local projects.
    The document presents a series of requests for proposals (RFPs) and grants from federal, state, and local government entities, outlining the requirements for various funding opportunities across different sectors. The primary focus is on facilitating projects that aim to improve community infrastructure, enhance public services, and foster economic development. Key components include detailed guidelines for prospective applicants regarding eligibility, application processes, and deadlines. Emphasis is placed on adhering to compliance and reporting standards, ensuring transparency in the funding allocation process. The document highlights the importance of engaging local stakeholders and integrating community interests into funded projects to achieve sustainable outcomes. Additionally, it outlines the procedural aspects of evaluating proposals based on specific criteria such as innovation, feasibility, and cost-effectiveness. The aim is to ensure that funds are directed toward impactful initiatives that align with government priorities. Overall, it serves as a comprehensive resource for organizations seeking federal and state grants, providing essential information on the processes and expectations tied to public funding.
    The 21st Contracting Squadron (21 CONS) is seeking quotations for a Firm Fixed Price (FFP) contract to provide comprehensive maintenance and testing services for firefighting equipment at Cheyenne Mountain Space Force Station, Colorado. This Request for Quotation (RFQ) is set aside for small businesses under NAICS code 811310, with quotations due by 16 September 2024. The award will be made to the lowest price technically acceptable offeror, based on an evaluation of the technical approach and pricing. Offerors must submit a complete quotation, including a cover letter, technical approach, and pricing details, adhering to specified formatting and submission guidelines. The project period spans from 30 September 2024 to 29 September 2029. All interested parties must be registered in the System for Award Management (SAM) and must address any conflicts of interest in their proposals. The government reserves the right to cancel the RFQ or not to award a contract if suitable offers are not received.
    The document addresses inquiries related to fire equipment testing as outlined in a Request for Quotation (RFQ). It includes a series of questions regarding specific equipment and testing protocols, emphasizing necessary details for compliance and clarity in service provision. Key topics include compressor systems, pump testing—specifically for fire pumps—and hose testing, with requests for critical specifications such as make, model, size, and necessary testing procedures. It also touches on the provision of spare hoses or temporary fire protection during equipment maintenance. Responses direct the inquirers to a revised Performance Work Statement (PWS) dated September 6, 2024, for detailed information. This reveals that the document serves as a guiding framework for contractors to understand testing requirements, responsibilities, and specific equipment parameters required for compliant fire safety testing services. Overall, the file aids in aligning expectations between the contracting agency and vendors regarding the fire safety equipment testing process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Kitchen Hoods & Fire Suppression System Inspection, Repair, & Maintenance (Service)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the inspection, repair, and maintenance of kitchen hoods and fire suppression systems at F.E. Warren Air Force Base in Wyoming and associated Missile Alert Facilities. The procurement requires contractors to provide all necessary personnel, equipment, and services for semi-annual inspections, maintenance, and emergency repairs, ensuring compliance with applicable standards and regulations. This initiative is crucial for maintaining operational readiness and safety within military facilities, emphasizing the importance of effective fire suppression systems. Interested parties must submit their written quotations by October 15, 2024, with inquiries directed to Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, and must be registered in the System for Award Management (SAM) prior to contract award.
    IT Room Fire and Mechanical Systems
    Active
    Dept Of Defense
    The Department of Defense seeks contractors for fire protection renovations at the Schriever Space Force Station in Colorado Springs. The project involves converting the existing fire suppression system and renewing aged piping systems to meet National Fire Protection Association (NFPA) standards. This invitation for bid (IFB) requires registered interest and will be released on the Acquisition Resource Center (ARC) platform. The anticipated timeline includes a bidders' walk-through on August 8, 2024, with a bid due date of September 17, 2024, and a contract award announcement on September 20, 2024. The scope of work includes the conversion of the fire protection system from pre-action to wet systems, focusing on battery rooms. The project aims to address safety concerns related to the existing system. Contractors should be prepared to meet the NFPA requirements and demonstrate experience in fire protection renovations. Eligible contractors should register on the ARC platform and submit their bids accordingly. The government will not entertain tax-related claims, and contractors should be aware that tax exemption may not be honored by all entities. The primary point of contact for questions is Nicole Brown at brownnic@nro.mil. Further details will be provided on the ARC platform. The evaluation of bids will be based on the criteria outlined in the IFB.
    Flightline Fire Extinguisher
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Flightline Fire Extinguisher Inspection and Maintenance Services for the California National Guard. The contract encompasses the inspection and maintenance of 87 Buckeye K-350 RG Portable Wheeled Fire Extinguishers across multiple airfields in California, including Mather Airfield, Stockton, Fresno, Camp Roberts, Camp San Luis Obispo, and Los Alamitos, ensuring compliance with NFPA-10 standards and federal regulations. This initiative is crucial for maintaining safety standards at military airfields, with a performance period extending from September 30, 2024, through September 2029. Interested small businesses must submit their proposals by September 16, 2024, and can direct inquiries to Kaipo Kim at kaipo.h.kim.civ@army.mil or by phone at 808-861-9563.
    Hoods & Duct Cleaning
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide hood and duct cleaning services at F.E. Warren Air Force Base in Wyoming. The procurement involves comprehensive cleaning and inspection of kitchen exhaust systems, adhering to National Fire Protection Association standards, with a contract value of approximately $9 million over multiple years, starting from January 2025. These services are critical for maintaining operational safety and compliance within military facilities, ensuring that essential cleaning operations continue uninterrupted, especially during emergencies. Interested contractors must submit their written quotations by October 3, 2024, and can direct inquiries to Contract Specialists Kyra Niece or Shane Yurkus via the provided contact information.
    21 CES - MSS1 & MSS2 Tie Switches
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of S&C Electric brand and generic electrical equipment, specifically for the installation of tie switches between Main Switch Station (MSS) 1 and MSS 2 at Peterson Space Force Base in Colorado. This Combined Synopsis/Solicitation is open to full and open competition under NAICS code 335313, focusing on Switchgear and Switchboard Apparatus, and requires compliance with specific submission guidelines and technical documentation. The project emphasizes the importance of using eco-friendly materials and adhering to safety protocols, with a contract expected to be awarded based on price and technical acceptability criteria. Interested vendors should submit their quotes electronically and ensure they are registered in the System for Award Management (SAM) by the specified deadlines. For further inquiries, contact SSgt Frederick Chartrand at frederick.chartrand@spaceforce.mil or Amanda Davidson at amanda.davidson.5@spaceforce.mil.
    Schriever Space Force Base (SSFB) Guardian Resilience Team (GRT) Fitness Equipment
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force at Schriever Space Force Base, is seeking quotes from small businesses for the procurement of fitness equipment to support the Guardian Resilience Team's mission. The requirement includes various high-quality fitness items such as a belt squat machine, deadlift platform, and adjustable benches, with an emphasis on modular compatibility with existing equipment. This initiative is crucial for enhancing the fitness capabilities of the team, ensuring they maintain optimal physical readiness. Interested vendors must submit their firm fixed price quotes by September 18, 2024, and can contact Emily Heck at emily.heck@spaceforce.mil or Pamela S. Gusta at pamela.gusta.1@spaceforce.mil for further information.
    21 CS CRFS RFEye Spectrum Monitoring Nodes
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the acquisition of 21 CRFS RFeye Spectrum Monitoring Nodes to enhance the existing spectrum monitoring capabilities at Schriever Space Force Base (SSFB) in Colorado. The procurement involves the design, engineering, installation, and testing of a new node to complement the current Commercial-Off-The-Shelf (COTS) turn-key spectrum monitoring system, which is crucial for monitoring and recording the radio frequency environment in the area. This initiative is part of a broader effort to modernize federal procurement processes and improve national security through advanced technology, with a focus on small business participation as indicated by the total small business set-aside designation. Interested vendors must submit their quotations by September 19, 2024, and can direct inquiries to John A. Hughes at john.hughes.31@us.af.mil or Sara Tolva at sara.tolva@spaceforce.mil.
    Solicitation - FD Vehicle Exhaust Removal System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Vehicle Exhaust Removal System to be installed at the Fire Department facility located in Building 332 at F.E. Warren Air Force Base, Wyoming. The contractor will be responsible for providing, installing, and training personnel on the system, which must operate efficiently and silently, adhering to all applicable federal, state, and local regulations. This procurement is crucial for enhancing air quality and operational safety within the fire department's vehicle maintenance operations. Interested small businesses must submit their proposals by September 20, 2024, and direct any inquiries to Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, ensuring compliance with the outlined requirements and deadlines.
    Wing Wide Fire Extinguisher Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the 130th Airlift Wing in Charleston, West Virginia, is seeking quotations for the Wing Wide Fire Extinguisher Service, which includes hydrostatic testing and servicing of fire extinguishers in compliance with National Fire Protection Agency (NFPA) standards. The procurement involves testing a total of 162 ten-pound extinguishers, purchasing 26 new ten-pound ABC extinguishers, and 2 six-liter Class K extinguishers, with services to be performed Monday through Friday from 8:00 am to 4:30 pm, excluding federal holidays. This initiative is crucial for maintaining safety standards and operational readiness at the airlift wing, ensuring that fire protection equipment is properly maintained and compliant. Interested small businesses must submit their quotations by September 23, 2024, and ensure they are registered in SAM.gov; for further inquiries, contact SSgt Jorden McCormick at jorden.mccormick@us.af.mil or 304-341-6206.
    VSFB Vehicle Corrosion Control Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for Vehicle Corrosion Control Services at Vandenberg Space Force Base in California. This procurement, identified as Request for Quote Number FA4610-24-Q-0038, requires contractors to provide comprehensive corrosion control and painting services for vehicles, trailers, and equipment, ensuring compliance with stringent quality and environmental standards. The contract is a total small business set-aside with an estimated value of $9 million, spanning a five-year period from December 1, 2024, to November 30, 2029. Interested parties must submit their proposals by October 4, 2024, at 8:00 AM PST, and can direct inquiries to Tina Cox at Tina.Cox.4@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil.