J--Inspection, cleaning and maintenance of Structural and Proximity Fire Fighting Protective Ensembles (FFPE), and Individual Ensemble Elements (IEE) for JBPHH Fed Fire Dept
ID: N0060416T3024Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PEARL HARBORPEARL HARBOR, HI, 96860-4549, USA

PSC

MAINT, REPAIR, REBUILD EQUIPMENT (J)
Timeline
    Description

    The Department of Defense, through the Department of the Navy, is seeking contractors to provide inspection, cleaning, and maintenance services for Structural and Proximity Fire Fighting Protective Ensembles (FFPE) and Individual Ensemble Elements (IEE) for the Joint Base Pearl Harbor-Hickam Federal Fire Department. The procurement aims to ensure that firefighting gear is maintained to the highest standards, which is critical for the safety and effectiveness of fire response operations. Interested vendors should note that the contract falls under the maintenance, repair, and rebuilding of equipment category, with the primary contact for inquiries being Donna Franzese at 808-473-7545. Further details regarding the submission process and deadlines will be provided in the solicitation documents.

    Point(s) of Contact
    Donna Franzese 808-473-7545
    Files
    No associated files provided.
    Similar Opportunities
    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.
    SOURCES SOUGHT FOR DET-TRONICS X3301 MULTISPECTRUM IFD; NAVFAC HAWAII, JOINT BASE PEARL HARBOR-HICKAM, HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Hawaii, is conducting market research for the procurement of a flame detector that meets specific requirements equivalent to the Det-Tronics X3301 Multispectrum Infrared Flame Detector. The Government is seeking alternative products that comply with various safety and performance standards, including UFC 4-021-01 for Aircraft Maintenance Hangars and NFPA 72 for fire alarm systems, while ensuring compatibility with existing systems. This procurement is critical for maintaining safety in hazardous locations, particularly in areas with potential hydrocarbon liquid fuel fires. Interested parties must submit their technical data and specifications to Ms. Jessica Shimoda at jessica.a.shimoda.civ@us.navy.mil by December 23, 2025, at 12:00 p.m. Hawaii Standard Time, to be considered for this opportunity.
    BPA - Fire fighting Equipment PSC 4210
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for fire-fighting equipment under PSC Code 4210. This procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with a focus on positive past performance as a key evaluation criterion. The BPAs will facilitate the acquisition of essential fire-fighting equipment, which is critical for ensuring safety and operational readiness. Interested vendors must submit their documentation and past performance references to Barbara Grinder by April 30 for June awards or by October 31 for December awards, and they must maintain active accounts in both the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM).
    1377-01-454-7651; SS66; Cartridge, Fire Extinguisher
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of the CCU-121/A Fire Extinguisher Cartridge (NSN 1377-01-454-7651). This competitive solicitation requires compliance with strict technical specifications, including the submission of first article test samples, production lot test samples, and adherence to quality control measures as outlined in MIL-DTL-82946 (OS) and related standards. The cartridges are critical safety items used in various military applications, necessitating rigorous inspection and acceptance processes at both the contractor's facility and the delivery destination. Interested vendors should contact Taytiana Quiero at taytiana.e.quiero.civ@us.navy.mil or by phone at 771-229-0433 for further details, as the solicitation emphasizes the importance of safety and compliance in handling explosive materials.
    Boot, Firemen, Type II (Knee)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking suppliers for the Boot, Firemen, Type II (Knee), as outlined in presolicitation SPE1C125RX014. The boots must be manufactured in accordance with the Commercial Item Description A-A-50371B, which specifies requirements such as vulcanized construction, steel box toes, and compliance with NFPA 1971 standards, ensuring they are suitable for fire protective gear. This procurement is critical for fulfilling backorders and maintaining safety standards for firemen, with a guaranteed minimum order of 3,230 pairs and an annual estimated quantity of 3,890 pairs, valued at up to $7.5 million. Interested vendors should contact Ryan Reynolds at ryan.reynolds@dla.mil or 445-737-0423 for further details, noting that the solicitation will be available on the DLA Internet Bid Board System (DIBBS).
    Live Fire Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors to provide live fire service inspections and maintenance for Structural Fire Training Facilities (SFTF) and Aircraft Fire Training Facilities (AFTF) at Joint Base San Antonio (JBSA). The procurement requires contractors to conduct annual and semi-annual inspections, ensure compliance with relevant safety standards, and perform general maintenance and repairs, including environmental compliance and safety measures. This opportunity is crucial for maintaining the operational readiness and safety of fire training facilities, which are essential for training personnel in emergency response. Interested small businesses must submit their responses by December 22, 2025, at 3:00 PM Central Time, and can direct inquiries to Laura Herring at laura.herring.2@us.af.mil or Brent Paul at brent.paul.1@us.af.mil.
    PANEL, FIRE ALRM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of fire alarm panels. The contract requires the manufacture and design of the fire alarm panel to meet specific technical requirements, including compliance with standards set by Honeywell Life Safety and the exclusion of mercury in the materials used. These panels are critical for ensuring safety and compliance in naval operations. Interested vendors should direct inquiries to Jon Zeigler at 564-230-3806 or via email at JON.ZEIGLER.CIV@US.NAVY.MIL, and must be prepared to submit their proposals within the specified timeframe, with pricing valid for 60 days post-quotation submission.
    PMI for Fire Protection and IDS at CFAY
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is soliciting proposals for preventive maintenance and inspection services for fire protection and intrusion detection systems at various locations under the U.S. Commander Fleet Activities, Yokosuka (CFAY) in Japan. The procurement aims to establish a combination contract that includes both recurring and non-recurring service orders for these critical safety systems at sites such as Ikego, Urago, Azuma, Negishi North Dock, Tsurumi, and Nagai. These services are vital for ensuring the operational readiness and safety of facilities within the naval command. Interested contractors can reach out to Ryouhei Shindo at Ryouhei.Shindo.ln@us.navy.mil or by phone at 0081 46 816 7513 for further details regarding the solicitation.
    Inspection, Test and Maintenance of Fire Alarm Systems at Commander, Fleet Activities Chinhae, South Korea
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the inspection, testing, and maintenance of fire alarm systems at Commander, Fleet Activities Chinhae, South Korea. This procurement aims to ensure the operational readiness and safety of fire alarm systems, which are critical for emergency response and protection of personnel and property. Interested contractors should refer to the attached Request for Quotation (RFQ) and additional documents for detailed requirements. For inquiries, potential bidders can contact Jaeyoun Lee at jaeyoun.lee2.civ@army.mil or by phone at 315-763-5691, or reach out to Hong Jungho at jungho.hong.civ@army.mil or 053-763-5699.
    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.