SOLICITATION for Fire Extinguisher NSN:4210-01-681-9997
ID: W56HZV23R0108Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW4GG HQ US ARMY TACOMDETROIT ARSENAL, MI, 48397-5000, USA

NAICS

All Other Miscellaneous Chemical Product and Preparation Manufacturing (325998)

PSC

FIRE FIGHTING EQUIPMENT (4210)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command – Detroit, is soliciting proposals for a five-year Firm Fixed Price contract to acquire fire extinguishers from Kiddie Technologies, Inc., under National Stock Number (NSN) 4210-01-681-9997. The contract will consist of five one-year ordering periods, with an estimated total of 280 fire extinguishers required annually, emphasizing compliance with military packaging and marking standards. This procurement is critical for ensuring the availability of essential safety equipment for military operations. Interested contractors must submit their proposals electronically via the System for Award Management (SAM) by the revised deadline of July 1, 2024, and can direct inquiries to Justine Broughton at justine.r.broughton.civ@army.mil or by phone at 571-588-9034.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as an amendment to solicitation W56HZV-23-R-0108, primarily altering deadlines and technical specifications related to a contract for fire extinguishers. The amendment extends the offer due date from April 22, 2024, to May 24, 2024. It also modifies the Manufacturer's CAGE and Part Numbers for various Contract Line Item Numbers (CLINs), changing them from 19207 to 05BU0 and from 12542354 to 476468 respectively for five CLINs covering annual quantities of 280 units each for five consecutive years. Although specific terms of the contract are revised, all other previously established conditions remain unchanged and in effect. The document is structured to include item references, descriptions of changes, and administrative requirements for acknowledgment of the amendments. Ultimately, the purpose of this amendment is to ensure that potential contractors are informed of the updated submission date and specifications, facilitating compliance and participation in the procurement process.
    The document is an amendment to the solicitation for contract number W56HZV-23-R-0108, primarily aimed at modifying terms related to a Firm Fixed Price contract. Key updates include extending the offer due date from April 26, 2024, to July 1, 2024, and removing numerous Federal Acquisition Regulation (FAR) clauses that are deemed inapplicable to commercial contracts. These deletions encompass various compliance regulations, contractor obligations, and payment terms, reflecting a shift towards simplification for commercial suppliers. Additional specifics include packaging and marking requirements pursuant to military standards, such as adherence to MIL-STD-2073-1 for preservation and identification of shipments, alongside obligations related to hazardous materials. The amendment ensures that all terms and conditions outside those specified remain unchanged, affirming the contract's continued validity. Overall, this amendment illustrates a commitment to streamlining contracting processes while ensuring compliance with necessary military specifications and regulations.
    This government document outlines an amendment (No. 0003) to solicitation W56HZV-23-R-0108, primarily targeting changes to contractual terms and conditions. The amendment aims to clarify and adjust specific Federal Acquisition Regulation (FAR) clauses. Notably, it removes clauses that are irrelevant to commercial contracts, such as those concerning Canadian contracts and pension adjustments. Key changes include the deletion of several FAR clauses and amendments to others to better align them with the specific nature of the undertaking and the classification of the contractor, Kidde, as a small business. The document stresses that all remaining terms and conditions of the original solicitation remain in force, emphasizing the importance of acknowledging receipt of this amendment by contractors to ensure their offers are considered. Additionally, the amendment specifies the necessity of compliance with various FAR clauses related to federal acquisition processes. This reflects the government's commitment to clear guidelines in managing procurement and contractor responsibilities, ensuring effective oversight and contractual compliance in federal contracting practices.
    The document outlines a government solicitation for a Firm-Fixed Price contract aimed at acquiring fire extinguishers from Kiddie Technologies, Inc., due to lack of alternative sources. The contract will consist of five one-year ordering periods, commencing upon award, allowing for an estimated total of 280 fire extinguishers annually under NAICS code 314999. Specific conditions include that only complete offers will be considered, with an emphasis on adherence to military packaging and marking standards. The solicitation also stipulates delivery timelines, requiring an estimated delivery of the first batch within 320 days after order placement. The contractor must ensure compliance with various security and operational protocols, including Operations Security (OPSEC) training and Threat Awareness Reporting. Furthermore, it outlines details for unique item identification, invoicing procedures through the Wide Area Workflow system, and the necessary inspection and acceptance procedures. The government's intention to publicly share contract unit prices post-award is also emphasized, ensuring transparency in the procurement process. This solicitation reflects the federal government's efforts to secure essential safety equipment while promoting fair competition among businesses, particularly small and service-disabled veteran-owned companies.
    The government solicitation document W56HZV-23-R-0108 outlines the procurement of fire extinguishers, specifically a sole-source firm-fixed-price contract with Kiddie Technologies, Inc. The contract aims for multiple yearly ordering periods over five years for an estimated quantity of 280 units annually. Key instructions include compliance with military packaging, preservation, and acceptance criteria, and emphasize the importance of OPSEC training for contractor personnel. The solicitation has several amendments that modify the offer due dates and align manufacturer details. The document emphasizes the necessity for timely proposals submitted electronically via the System for Award Management (SAM), which is mandatory for potential awardees. This solicitation reflects the government's commitment to maintaining both operational efficiency and stringent compliance with defense acquisition regulations, ensuring the procurement process adheres to the standards of quality and security required for military supplies.
    Similar Opportunities
    Fire Extinguisher
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command - Detroit Arsenal, is conducting a Request for Information (RFI) to identify potential vendors for the manufacturing of fire extinguishers, specifically the National Stock Number (NSN) 4210-01-649-4880, which is a critical component of the Automatic Fire Extinguishing System (AFES) used in the M109 Self-Propelled Howitzer. The purpose of this RFI is to gather information on the capabilities and qualifications of interested firms, both small and large, to assist in the Government's acquisition strategy for future procurement. The fire extinguisher plays a vital role in ensuring operational safety by detecting and suppressing fires within the vehicle, thereby protecting personnel and equipment. Interested parties must submit their qualifications, including company information and relevant experience, to Angelo Wilson at angelo.b.wilson.civ@army.mil within 10 days of the RFI posting. This announcement does not constitute a solicitation for proposals, and the Government will not reimburse any costs incurred in responding to this notice.
    42--EXTINGUISHER,FIRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of fire extinguishers under solicitation number NSN 4210013887854. The requirement includes a total of 866 units to be delivered to DLA Distribution San Joaquin within 412 days after order, along with an additional unit to be delivered within 120 days. Fire extinguishers are critical for ensuring safety and compliance in various military and operational environments. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes electronically by the specified deadline, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil.
    EXTINGUISHER,FIRE NSN:4210-01-583-8143
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is conducting market research to identify potential sources for the procurement of fire extinguishers (NSN: 4210-01-583-8143) as part of an upcoming acquisition strategy. The agency is particularly interested in understanding whether the extinguishers are commercially available or custom-made, the materials that drive costs, and the vendors' capabilities to meet a demand of 2,000 units. This procurement is crucial for ensuring the availability of essential firefighting equipment for military operations. Interested vendors are encouraged to provide their insights, contact details, CAGE code, business size classification, and registration status for Electronic Data Interchange capabilities, with responses being confidential and non-binding. For further inquiries, vendors can contact John Lieb at john.lieb@dla.mil or by phone at 215-737-0815.
    16--CONTAINER,FIRE EXTI
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of fire extinguisher containers under the title "16--CONTAINER,FIRE EXTI." This procurement aims to acquire spare parts that are critical for maintaining operational readiness and safety in naval operations. The contract will be awarded based on a competitive evaluation of technical acceptability, price, capacity/delivery, and past performance, with a focus on sourcing from previously approved suppliers. Interested vendors must submit their proposals, including necessary documentation for source approval, to Sarah Pfeil at SARAH.PFEIL@NAVY.MIL by the specified deadline. For further inquiries, potential bidders can contact her at (215) 697-3967.
    Fire Extinguisher Maintenance and Service
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking sources for fire extinguisher maintenance and service. This procurement aims to ensure the proper inspection and maintenance of fire control equipment, which is critical for safety and compliance within military facilities. Interested vendors can find complete details and requirements for this opportunity at the provided link, and they are encouraged to reach out to Clark Miller at clark.b.miller@usace.army.mil or by phone at 410-962-5679 for further inquiries. This is a Sources Sought notice, and no specific funding amount or deadline has been indicated at this time.
    NSN: 6340-014712596; P/N: 35790-200-400; SENSING ELEMENT, FIRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 295 units of the Sensing Element, Fire, identified by NSN: 6340-014712596 and P/N: 35790-200-400. The contract will be awarded as a firm fixed price, with delivery required within 162 days after receipt of order, and inspection and acceptance will occur at the destination. This procurement is critical for maintaining aircraft alarm and signal systems, ensuring operational readiness and safety. Interested vendors must be registered in the System for Award Management (SAM) and are encouraged to submit their proposals by the anticipated closing date of March 1, 2025, with any inquiries directed to Michael Blain at 804-807-4436 or via email at michael.blain@dla.mil.
    SOLICITATION - W912CH-25-Q-0004 - TESTING KIT,PETROLE - NSN: 6630-01-165-7133
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Detroit Arsenal, is soliciting proposals for the procurement of 28 units of a petroleum testing kit, identified by NSN: 6630-01-165-7133. This solicitation, W912CH-25-Q-0004, specifies that the contract will be a Firm Fixed Price (FFP) purchase order, with an option for an additional 28 units, and is restricted to the manufacturer's part number SC-B/2HB-C-3D. The testing kits are crucial for chemical analysis in military applications, ensuring compliance with operational standards. Interested offerors must submit their proposals via email by March 5, 2025, at 5:00 PM EST, and should ensure they are registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Diana Jones at diana.jones47.civ@army.mil or Katherine E. MacFarland at katherine.e.macfarland.civ@army.mil.
    6350015289009; JAN NIMITZ CLASS CVN; P2N DDG-INEGRATED BRIDGE SYSTEM (PBL); PUN EXPEDITIONARY SEA BASE (ESB) SHIP CLASS; ZDN LPD-17 CLASS AMPHIBIOUS TRANSP
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract (IQC) related to the procurement of smoke alarms (NSN: 6350-015289009) for use on various naval vessels, including the JAN NIMITZ CLASS CVN and PUN EXPEDITIONARY SEA BASE (ESB) SHIP CLASS. This solicitation is set aside for small businesses and requires that proposals be submitted electronically via the DIBBS system, with a focus on an estimated annual demand of 453 units and a required delivery timeframe of 128 days. The contract will have a five-year base period, with delivery locations across the Continental United States, and the solicitation is expected to be released on January 21, 2025. Interested parties can contact LaDonna Groven at LaDonna.Groven@dla.mil or by phone at 804-279-2370 for further information.
    42--FIREMAN'S COAT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 20 units of FIREMAN'S COAT, identified by NSN 4210015456376. This solicitation is part of an effort to ensure that military personnel have access to essential fire and rescue safety gear, which plays a critical role in protecting lives during emergency situations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all submissions should be directed to the buyer listed in the solicitation document. For inquiries, potential bidders can reach out via email at DibbsBSM@dla.mil, with the expectation that quotes must be received within 60 days after the solicitation is posted.
    Trouble Shoot Support Kit; NSN: 4910-01-563-8241
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command, is soliciting proposals for a Trouble Shoot Support Kit under solicitation number W912CH-24-R-0048, with a total small business set-aside. The procurement aims to secure 206 units of the kit, which is crucial for the maintenance and repair of the M1 Abrams tank family, ensuring operational readiness and efficiency. Interested contractors must comply with stringent military packaging standards and export control regulations, including obtaining Joint Certification Program (JCP) certification for access to the technical data package. Proposals are due by February 10, 2025, and should be submitted electronically to Contract Specialist Kerri Ginter at kerri.e.ginter.civ@army.mil.