Flightline Fire Extinguisher
ID: W912LA24QA005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MX USPFO ACTIVITY CA ARNGSAN MIGUEL, CA, 93451-5000, USA

NAICS

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

PSC

INSPECTION- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS (H342)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal Request for Proposal (RFP) focused on servicing flightline fire extinguishers at various airfields in California. It specifies a series of contract line items (CLINs) detailing the quantity and location of fire extinguishers that require inspection and maintenance services. These services will be provided at multiple installations, including Mather Airfield, Stockton, Fresno, Camp Roberts, Camp San Luis Obispo, and Los Alamitos, with a total of 87 extinguishers involved. The RFP presents a total of 24 items split into base services and options, covering a performance period from September 30, 2024, into the following years until September 2029. Each item includes an 'FOB: Destination' clause, indicating that the contractor is responsible for transporting the services to the specified locations. The inspection and acceptance of the serviced extinguishers will be conducted by government representatives upon delivery. This RFP reflects the government's commitment to maintaining safety standards at military airfields by ensuring regular servicing of critical fire protection equipment.
    This document outlines the addendum instructions and evaluation criteria for the government solicitation W912LA24QA005, focusing on offeror submissions for commercial products and services. Key points include the small business size standards under relevant NAICS codes, submission requirements detailing what must be included in quotes, and the structure necessary for evaluation. Offers must be submitted in two volumes: Volume I includes the formal quote and required forms, while Volume II contains a technical capability statement demonstrating relevant experience and past performance. The basis for contract award is assessed on the overall value to the government considering technical risk and price, with an emphasis on the quoter's recent performance history. Different confidence ratings help determine the likelihood of successful contract execution. Protests can be filed through specified channels, and the government aims to resolve these efficiently. This file serves as a guide to ensure compliance with federal contracting requirements, highlighting essential information for prospective contractors in response to RFPs.
    The document, W912LA24Q0A005, serves as a comprehensive set of clauses and provisions essential for federal procurement. This attachment outlines various Federal Acquisition Regulation (FAR) clauses, including those related to certifications, representations for small businesses, compliance with statutory and executive orders, and requirements for managing telecommunications equipment. Key provisions cover topics like limitations on payments to influence federal transactions, affirmative action compliance, anti-trafficking measures, and environmental disclosures regarding greenhouse gas emissions. Additionally, the document stipulates regulations concerning the eligibility of vendors and subcontractors, requiring assurances against employing certain practices, like using forced child labor or engaging with entities linked to sanctioned regimes or sensitive technology exports. The intent of this documentation is to ensure compliance with federal laws, promote ethical contracting, and support small business participation in federal procurement processes, while maintaining high standards for accountability and transparency within government acquisitions. These clauses are critical for companies seeking to engage in government contracts, ensuring they adhere to legal and ethical guidelines throughout the contracting process.
    The Performance Work Statement (PWS) outlines the requirements for flightline fire extinguisher inspection and maintenance services for 87 Buckeye K-350 RG Portable Wheeled Fire Extinguishers across six California National Guard locations. The contractor is responsible for personnel, equipment, and quality control needed for annual maintenance in compliance with NFPA-10 standards, applicable federal regulations, and manufacturer guidelines. The contract spans a base year with four option years, requiring services during standard hours on weekdays, excluding recognized US holidays. Key responsibilities include regular inspections, thorough testing, documentation of maintenance actions, and compliance with installation security requirements. The contractor must provide a quality control plan and comply with employee training mandates within specified timeframes. All maintenance records and certification documentation are to be submitted electronically to the Contracting Officer Representative within defined periods. The contractor is expected to maintain a clean worksite, and ensure all employees are properly identified as contractors. The document emphasizes the zero-tolerance policy regarding trafficking in persons, underscoring the importance of ethical compliance. Overall, the PWS serves to ensure the safety and operational readiness of fire extinguishers critical for aviation facilities.
    The document is a Wage Determination under the Service Contract Act from the U.S. Department of Labor, detailing wage rates and fringe benefits applicable to contracts in California, specifically Fresno County. It emphasizes compliance with Executive Orders 14026 and 13658, which mandate minimum wage rates for federal contract workers. Effective from 2024, contracts awarded post-January 30, 2022, require payment of at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour. The document outlines various occupations, their corresponding wage rates, and clarifies that workers in specific classifications may be entitled to a higher minimum wage. Additionally, it discusses the provision of paid sick leave, health benefits, vacation, and holiday entitlements for federal contractors. By listing numerous occupations and their wages, the document is a key resource for ensuring fair labor practices and compliance with federal contracts. Overall, it serves to ensure that contractors adhere to wage and benefit requirements, promoting equitable treatment of workers in federally funded projects.
    The document details a request for quotations (RFQ) pertaining to a non-personal services contract for Flightline Fire Extinguisher Inspection and Maintenance Services, identified by solicitation number W912LA24QA005. Posted on September 6, 2024, this procurement aims to acquire services for inspecting and maintaining Buckeye K-350 RG Portable Wheeled Flightline Fire Extinguishers. It is set aside specifically for small businesses, with a response deadline of September 16, 2024, at 4:00 PM (PST). The contractor is expected to provide all necessary personnel, equipment, and materials to fulfill the services outlined in the Performance Work Statement (PWS). The relevant North American Industry Classification System (NAICS) code is 811310, corresponding with a size standard of $12.5 million. Interested parties must address inquiries to the contracting officer and submit offers via the specified email. The document also includes references to attached provisions and clauses, emphasizing that any contractual modifications must be authorized by the designated contracting officer. This initiative underscores the California National Guard's commitment to maintaining safety standards in fire extinguisher readiness.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fire Suppression System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide fire suppression services at Malmstrom Air Force Base (MAFB) in Montana. The procurement involves the annual inspection and maintenance of 266 portable fire extinguishers and bi-annual inspection, testing, maintenance, and recertification of 30 wet/dry chemical fire extinguishing systems, with a contract duration spanning one base year plus four optional years from October 1, 2024, to September 30, 2029. This initiative is crucial for ensuring the safety and compliance of fire protection measures at military installations. Interested contractors must submit their quotes by 2:00 PM MT on September 25, 2024, and direct any inquiries to the designated contacts, Lt. Randolph Foote and Viviana Castillo Ramirez, via the provided email addresses or phone numbers.
    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.
    Oil/Water Holding Tank Clean-up
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting services for the cleanup of oil/water holding tanks at the Fresno Air National Guard Base in California. The primary objective is to empty and visually inspect six holding tanks and one catch basin, ensuring compliance with environmental regulations and proper waste disposal practices. This procurement is critical for maintaining environmental safety and regulatory compliance at the facility, with a total contract value estimated at approximately $16.5 million. Interested small businesses must submit their quotes electronically by September 20, 2024, and can direct inquiries to the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or by phone at (559) 454-5129.
    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.
    Annual Mobile Fire Emergency Vehicle Inspection IAW NFPA 1910
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army at Fort Leonard Wood, Missouri, is seeking businesses capable of conducting annual mobile fire emergency vehicle inspections in accordance with NFPA 1910 standards. The procurement involves comprehensive bumper-to-bumper inspections, pump performance tests, and aerial service tests for a fleet of fire trucks, including various manufacturers such as Pierce, Ferrara, and Oshkosh. These inspections are critical for ensuring the operational readiness and safety of emergency response vehicles, thereby enhancing the effectiveness of fire services. Interested vendors should contact Elizabeth Reyes at elizabeth.e.reyes2.civ@army.mil or Julie West at julie.m.west4.civ@army.mil for further details.
    Fire Blankets for Heavy Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the provision of fire safety equipment, including fire blankets for heavy machinery, through the W7MX USPFO Activity CA ARNG. The procurement includes three CAT D5 fire barrier curtain kits with installation and two John Deere Model 622 motor grader fire barrier curtain kits, emphasizing the need for compliance with federal regulations and support for Women-Owned Small Businesses (WOSB). This equipment is crucial for enhancing fire safety measures in heavy equipment operations, ensuring operational readiness and safety. Interested bidders should contact Chad Walton at chad.r.walton.civ@army.mil or call 562-538-7475 for further details, and must adhere to the submission guidelines outlined in the solicitation document.
    Fire Extinguisher Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for fire extinguisher maintenance services at Kunsan Air Base in South Korea. The procurement involves comprehensive inspection, maintenance, and hydrostatic testing of various fire extinguishers, including 150-pound Halon flight line extinguishers, ensuring compliance with National Fire Protection Association (NFPA) standards. This service is critical for maintaining safety and operational readiness at the base, requiring qualified personnel with specific certifications and experience in handling Halon extinguishers. Interested contractors should contact Scott Estes at d.s.estes.civ@army.mil or call 05033559314 for further details and to access the attached Performance Work Statement (PWS) outlining the requirements.
    W519TC-24-Q-2391 Fire Extinguisher Parts Amendment 0001
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for fire extinguisher parts under Solicitation W519TC-24-Q-2391. The procurement aims to support the Rock Island Arsenal – Joint Manufacturing and Technology Center (RIA-JMTC) with a Firm Fixed Price (FFP) purchase order awarded to the lowest price, responsive contractor. This solicitation is critical for maintaining operational safety and compliance with fire safety standards. Proposals are now due by September 20, 2024, at 10:00 AM Central Time, and interested contractors should contact Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL or Corbin De La Cruz at corbin.t.delacruz.civ@army.mil for further information.
    STEA PARK WIDE FIRE EXTINGUISHER INSPECTION, TESTI
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the inspection, testing, maintenance, repair, and replacement of fire extinguishers at the Steamtown National Historical Site in Scranton, PA, under the Request for Quote (RFQ) number 140P4524Q0073. The contract encompasses a base period of twelve months with the possibility of four optional extensions, covering approximately 312 fire extinguishers that must comply with NFPA and OSHA standards. This procurement is set aside for small businesses under NAICS Code 811310, emphasizing the importance of maintaining safety and compliance within federal facilities. Proposals are due by September 20, 2024, at 2:00 PM EDT, and interested contractors should contact Linda Richardson at LindaRichardson@nps.gov for further details.
    DPW Fire Detection and Suppression
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to perform Inspection, Testing, and Maintenance (ITM) on fire detection and suppression systems at Carlisle Barracks and the U.S. Army Heritage and Education Center in Pennsylvania. The procurement aims to ensure compliance with National Fire Protection Association (NFPA) and Unified Facilities Criteria (UFC) standards, thereby safeguarding building occupants and government assets. This contract, which is a Total Small Business Set-Aside, has an estimated total value of $286,500 over a base year and four option years, with quotes due by September 27, 2024, at 3:00 PM EST. Interested parties should direct inquiries to Lori Swade at lori.a.swade.civ@army.mil or Bethany L. Flynn at bethany.l.flynn.civ@army.mil.