Aircraft Fire Trainer Maintenance
ID: FA302225Q0306Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3022 14 CONS LGCACOLUMBUS, MS, 39710-0001, 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
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the maintenance of the Aircraft Fire Trainer facilities at Columbus Air Force Base in Mississippi. The project involves semi-annual inspections and testing of the fire training pit facility (building 993) and the structural live fire training facility (building 994), requiring comprehensive management, labor, materials, and equipment as outlined in the Statement of Work and Technical Order 35E1-2-13-1. This maintenance is crucial for ensuring the operational capability and safety of the Air Force's fire training resources. Interested small businesses must submit their responses, including relevant qualifications and experience, by April 4, 2025, at 3:00 PM CST, to the designated contacts, with an estimated project cost between $50,000 and $100,000.

Files
Title
Posted
Mar 21, 2025, 4:08 PM UTC
The Sources Sought Announcement FA302225Q0306 seeks responses from potential contractors for a firm-fixed price renovation and construction project at Columbus Air Force Base, Mississippi. The project aims to inspect and test the fire training pit building 993 and burn building 994, requiring management, labor, materials, equipment, and other resources. The designated NAICS code is 811310, with a size standard of $12.5 million, and the estimated project cost ranges between $50,000 and $100,000. Interested businesses must submit key information, including their name, CAGE code, contact details, business size and socio-economic classifications, relevant experience, bonding capacity, and their proposed work division. Responses are due by April 4, 2025, at 3:00 PM CST, directed to specified contacts. It is noted that a solicitation will follow this announcement, and responses to the solicitation must be submitted separately. The announcement emphasizes that costs incurred in responding will not be reimbursed. This document aligns with government protocols for identifying contractors through RFP processes and supports the development of competitive, compliant bids from capable entities.
Mar 21, 2025, 4:08 PM UTC
The Statement of Work outlines the requirements for semi-annual maintenance of the Aircraft Fire Trainer Facility at Columbus AFB, specifically for buildings 993 and 994. The contractor is responsible for all management, labor, materials, and equipment necessary to conduct inspections, testing, and maintenance as prescribed by Technical Order 35E1-2-13-1 and NFPA 1403 standards. Over the contract length, key tasks include semi-annual and annual inspections of both buildings, as well as a five-year inspection for the burn building. Additionally, contractors must employ qualified personnel, including a registered Fire Protection engineer, and are required to submit detailed reports on maintenance activities, deficiencies, and assessments of operational conditions per established guidelines. The maintenance tasks emphasize examining subsystems like propane tanks, response valves, and fire control systems, including requirements for routine inspections and documentation of their operational status. Service must be performed during designated hours, with restrictions on holiday work unless coordinated otherwise. Security compliance is also mandated for contractor personnel accessing the Air Force installation. Overall, this contract seeks to ensure the continued operational capability and safety of critical fire training facilities for the Air Force.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Fire Hose Testing
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract focused on Fire Hose Testing at Wright Patterson Air Force Base in Ohio. The contract, identified as FA860125R0017, requires the contractor to conduct annual inspections and testing of approximately 35,000 feet of firefighting hoses and up to 40 nozzles, ensuring compliance with the National Fire Protection Association (NFPA) Standard 1962. This initiative is crucial for maintaining the operational readiness and safety of firefighting equipment used by the base's fire department. Interested small businesses must submit their proposals electronically by 10:00 AM EDT on April 15, 2025, with a total estimated contract value of approximately $47 million. For further inquiries, potential offerors can contact Micah Parsons at micah.parsons@us.af.mil.
Temporary Lodging Facilities (TLFs) and Magnolia Inn
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the comprehensive renovation of ten Temporary Lodging Facility (TLF) units at Columbus Air Force Base in Mississippi. The project aims to standardize the quality and sustainability of the TLF units across five buildings through extensive upgrades to various systems, including electrical, plumbing, and interior finishes, while adhering to established codes and sustainable design principles. This initiative is crucial for maintaining high standards in military housing and ensuring compliance with federal regulations, including wage determinations under the Davis-Bacon Act, which mandates minimum wage rates for construction projects. Interested contractors should contact Laura K. Morant at laura.morant.3@us.af.mil or 662-434-7767, and must submit proposals electronically within the specified timeframe, with a project budget estimated between $1,000,000 and $5,000,000. A site visit is scheduled for April 9, 2025, and all RFIs must be submitted by April 14, 2025.
FY25 365th TRS Alpha Warrior Quad Bunker
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking quotes for the construction of the 365th TRS Alpha Warrior Quad Bunker at Sheppard Air Force Base in Texas. The project involves engineering, furnishing, installing, and testing a training facility that includes four to six Bunker Conex units, along with specialized fitness equipment to enhance physical training capabilities for Air Force personnel. This initiative is part of a broader effort to modernize training facilities, focusing on sustainability and improved fitness training. Interested small businesses must submit their quotes by 10:00 AM CDT on April 17, 2025, and can direct inquiries to Carri Dulaney at carri.dulaney@us.af.mil or Jamie Long at jamie.long.7@us.af.mil.
B3323 Fire Riser
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B3323 Fire Riser project at Goodfellow Air Force Base in Texas. The procurement involves the removal of an existing pre-action fire riser and associated piping, followed by the installation of a new valve and piping system, with a total project value under $25,000. This project is critical for maintaining fire safety infrastructure and compliance with safety standards within military facilities. Interested contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by April 10, 2025, and are encouraged to contact Ryan Ramjit at ryan.ramjit.2@us.af.mil or 325-654-3809 for further details.
PKA - B549 Repair Multiple Fire Alarm Panels
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "PKA - B549 Repair Multiple Fire Alarm Panels" project at Travis Air Force Base in California. The project involves the design and construction services necessary to upgrade outdated fire alarm systems, including the demolition and replacement of existing components, with a contract value estimated between $500,000 and $1,000,000. This initiative is crucial for maintaining safety standards in federal facilities and ensuring effective emergency response capabilities. Interested contractors must submit their proposals by April 22, 2025, and can direct inquiries to SSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or MSgt Joshua Boak at joshua.boak@us.af.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.
FY25 MAFB Construct Fire Station Bay Area
Buyer not available
The U.S. Army Corps of Engineers (USACE) Seattle District is seeking proposals for the construction of a Fire Station Bay facility at Malmstrom Air Force Base in Montana, under solicitation number W912DW-25-R-0ZX7. The project involves the construction of a 20,000 square foot building designed to store Fire Emergency Services equipment, featuring trailer parking stalls, a foam storage room, and ADA-compliant restroom facilities. This procurement is significant for specialized construction firms, particularly those with experience in building fire emergency services facilities in extreme climates and compliance with military construction standards. Interested bidders must be registered with the System for Award Management (SAM) and submit proposals electronically through the Procurement Integrated Enterprise Environment (PIEE), with an estimated contract value between $5,000,000 and $10,000,000. For inquiries, contact Michael Saldana at michael.e.saldana@usace.army.mil or Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil.
MISSISSIPPI GROUP OPTIMIZED REMEDIATION CONTRACT SERVICES AT COLUMBUS AIR FORCE BASE, MS and KEESLER AIR FORCE BASE, MS: Request For Information (RFI) / Sources Sought for Market Research Purposes Only.
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide environmental remediation services at Columbus Air Force Base and Keesler Air Force Base in Mississippi. This Request for Information (RFI) aims to identify potential sources capable of fulfilling the requirements outlined in the draft Performance Work Statement (PWS), which includes site investigations, remedial actions, and the operation and maintenance of remedial systems across sixteen Installation Restoration Program sites. The procurement is part of the Air Force's Optimized Remediation Contract initiative, emphasizing cost-effective and results-oriented remediation strategies while ensuring compliance with federal, state, and local regulations. Interested parties must submit their capabilities statements by April 8, 2025, to the primary contact, Nathan Fry, at nathan.fry.7@us.af.mil, with a focus on tailored responses that address the specific requirements detailed in the PWS.
Replace Fire Hydrants
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to replace twenty-nine (29) fire hydrants at Shaw Air Force Base in South Carolina. This procurement aims to ensure the safety and operational readiness of the base by upgrading essential fire protection infrastructure. The contract will be a firm-fixed price and is set aside entirely for small businesses, with a NAICS code of 236220 for Commercial and Institutional Building Construction, and a small business size standard of $45 million. Interested parties should note that the solicitation package will be available for download around April 14, 2025, and all inquiries should reference solicitation FA480325RO002. For further information, contact SrA Tariq Ellis at tariq.ellis@us.af.mil or 803-895-9822, or 2d Lt Mallory Cary at mallory.cary@us.af.mil or 803-895-5344.
Portland District, Willamette Valley Project, Fire Extinguisher Maintenance - New Base + 4 years
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a contractor for fire extinguisher maintenance services as part of the Willamette Valley Project in Oregon. The contract entails annual servicing and inspections of fire extinguishers and emergency equipment across various facilities, ensuring compliance with National Fire Protection Association (NFPA) standards and local regulations. This maintenance is crucial for safeguarding government properties and personnel, reflecting the importance of fire safety management in federal operations. The total contract value is estimated at $12,500,000, with a performance period from September 1, 2025, to August 31, 2026. Interested parties can reach out to Raymie Briddell at raymie.l.briddell@usace.army.mil or Darrell Hutchens at darrell.d.hutchens@usace.army.mil for further inquiries.