The Dalles Dam Fire Extinguisher Emergency Services
ID: W9127N24Q0106Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

INSPECTION- FIRE CONTROL EQUIPMENT (H312)

Set Aside

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

    The U.S. Army Corps of Engineers, Portland District, is seeking a contractor to provide Fire Extinguisher and Emergency Maintenance Services at The Dalles Dam in Oregon. The procurement includes hydrotesting, monthly and annual inspections of fire extinguishers, self-contained breathing apparatus (SCBA), and emergency breathing apparatus (EBA), along with the development of a report spreadsheet to track these services. This contract is critical for ensuring safety preparedness and compliance with national standards, as it enhances fire prevention and emergency response capabilities at the facility. Interested small businesses must submit their quotes by 1:00 PM PST on September 19, 2024, and can direct inquiries to John Scukanec at john.r.scukanec@usace.army.mil or by phone at 503-808-4436.

    Files
    Title
    Posted
    The Quality Assurance Surveillance Plan (QASP) for the Fire Extinguisher and Emergency Maintenance Services contract at The Dalles Lock and Dam outlines the strategy to ensure contractors meet performance standards. The QASP aims to systematically monitor the contractor's performance, driven by results rather than compliance to processes. It assigns roles including the Contracting Officer (KO) and Contracting Officer’s Technical Representative (COTR), emphasizing their responsibilities in overseeing and ensuring contract compliance. The plan defines required performance standards, including routine inspections of various safety equipment such as fire extinguishers and emergency showers, with a focus on achieving predetermined quality levels. Key methodologies for performance monitoring include random checks, thorough inspections, and customer feedback mechanisms, which guide corrective actions if standards are not met. The QASP also necessitates retaining quality assurance documentation that records performance assessment results, ensuring the government only pays for services that meet established levels of quality. Overall, the QASP is designed to facilitate effective performance management throughout the contract’s duration while emphasizing flexibility and continuous improvement from the contractor.
    The document outlines the wage determination under the Service Contract Act (SCA), specified by the U.S. Department of Labor, which mandates minimum wage and fringe benefits for various occupations in Oregon. It highlights the applicable wage rates based on whether contracts are awarded or renewed after certain executive orders, with a minimum wage of $17.20 per hour in 2024 for covered workers under Executive Order 14026. The file includes specific wage rates for over 400 occupations ranging from administrative roles to specialized technical positions. Contractors must adhere to the stipulated benefits, including health and welfare contributions, vacation policies, and holiday pay. Additionally, the document explains the conformance process for any unlisted job classifications and provides guidelines for proper classification and compensation determination. Overall, it serves as a comprehensive resource for ensuring compliance with federal wage regulations in service contracts, particularly relevant for government RFPs and grants.
    The document outlines a government Request for Proposal (RFP) for various fire protection services and safety equipment maintenance at The Dalles Dam, orchestrated by the US Army Corps of Engineers (USACE) Portland District. The primary services include the annual servicing and maintenance of fire extinguishers, hydrostatic testing, emergency breathing apparatus servicing, and the purchase of self-contained breathing apparatus (SCBA). Additionally, it specifies relevant contract clauses and incorporation of clauses by reference, including compliance with federal regulations such as the FAR provisions. The solicitation emphasizes the importance of contractor compliance with small business requirements to encourage participation from disadvantaged businesses, including service-disabled veteran-owned and women-owned entities. The contract's effective execution is critical for ensuring safety standards in fire prevention and emergency response at the facility. The submission deadline for proposals is set for September 19, 2024.
    The U.S. Army Corps of Engineers at The Dalles Lock & Dam seeks a contractor for Fire Extinguisher and Emergency Maintenance Services under a firm fixed-price contract. The awarded contractor is responsible for providing all labor, materials, and equipment necessary to execute tasks outlined in the Performance Work Statement (PWS). Services include hydrotesting, monthly and annual inspections of fire extinguishers and emergency equipment, maintenance of CO2 systems, and inspections of emergency breathing apparatus. Compliance with national standards (NFPA, OSHA, DOT) is mandatory. Government-furnished supplies include training rooms and certain equipment. Key deliverables involve monthly progress reports detailing work conducted, addressing any issues, and ensuring all documentation becomes government property. The contractor must demonstrate quality assurance through a comprehensive Quality Control Plan submitted within 30 days. Additionally, contractor personnel are required to complete specific training programs and comply with security and access regulations for project sites. Overall, the contract focuses on enhancing safety preparedness at the facility while ensuring all services meet strict regulatory guidelines and quality standards.
    The document outlines a Request for Quotes (RFQ) by the U.S. Army Corps of Engineers, Portland District, for fire extinguisher emergency services at the Dalles Dam, dated 6 September 2024. The RFQ specifies a detailed list of supplies and services required, including administration, annual fire extinguisher services, hydrostatic testing, maintenance schedules, recharge services, carbon dioxide services, emergency breathing apparatus (EBA) services, self-contained breathing apparatus (SCBA) purchases and services, and annual training for project personnel. It encompasses regular servicing, testing, and replacement of equipment essential for fire safety and emergency response, indicating the importance of maintaining operational readiness at government facilities. The inclusion of optional services for EBAs and SCBAs highlights adaptability to ongoing safety requirements. The document serves as an essential procurement notice aimed at ensuring compliance with safety standards and regulations while promoting public safety through adequate emergency preparedness.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Scaffolding Bonneville Dam (Phased)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Portland District, is seeking quotes for scaffolding rental services at the Bonneville Dam Powerhouse 1 in Cascade Locks, Oregon. The project involves the phased installation, maintenance, and removal of scaffolding for a total of seven units, with an initial setup for two units that will be rotated over time as work progresses on the powerhouse. This procurement is crucial for ensuring safe access and operational efficiency during maintenance activities at the dam. Interested small businesses must be registered in the System for Award Management (SAM) and submit their quotes electronically by the specified deadline, with a site visit scheduled for September 12, 2024, for which prior registration is required. For further inquiries, potential bidders can contact Jeffery Feeney at JEFFERY.B.FEENEY@USACE.ARMY.MIL or call 720-568-0387.
    John Day Dam Generator Water Cooling System Rehab
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is soliciting proposals for the rehabilitation of the Generator Water Cooling System at the John Day Dam located in Rufus, Oregon. The project entails replacing generator air coolers, header and drain piping, and installing modulating valves and associated controls across 16 generator units to mitigate water infiltration issues that have led to generator failures. This initiative is critical for maintaining the operational efficiency of one of the largest hydroelectric facilities in the United States, with an estimated project cost between $5 million and $10 million. Interested small businesses must submit their proposals by October 11, 2024, and are encouraged to attend a site visit scheduled for September 25, 2024. For further inquiries, contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Andrea Smothers at andrea.k.smothers@usace.army.mil.
    White City VAMC Damper and Detector Inspection
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for fire safety damper and detector inspection services at the White City Veterans Affairs Medical Center (VAMC) in Oregon. The project requires comprehensive inspections of life/safety support devices, including smoke and heat detectors, in accordance with National Fire Protection Association (NFPA) standards. This initiative underscores the importance of maintaining safety measures in healthcare facilities, particularly those serving veterans, and is set aside exclusively for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with a total award amount of $41.5 million. Interested parties must submit their quotes by September 17, 2024, and direct any questions to Brian Millington at brian.millington@va.gov by September 13, 2024.
    Chief Joseph Dam Emergency Generator
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is soliciting quotes for the procurement of a Standby Emergency Diesel Generator to be delivered to the Chief Joseph Dam in Bridgeport, Washington. The generator must be fully enclosed for sound and weather protection, equipped with an integral fuel tank base, integrated load bank, and mounted on a step deck trailer, while also complying with Tier 2, Tier 3, or Tier 4 EPA emission standards. This procurement is critical for ensuring operational readiness and environmental compliance at the dam. Quotes are due by September 30, 2024, at 10:00 AM Pacific Time, and interested contractors must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact McKenna Rain at mckenna.t.rain@usace.army.mil or Robert L. Gonzalez at robert.l.gonzalez@usace.army.mil.
    Escalator Assessment Bonneville Lock and Dam
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is seeking a qualified contractor to conduct an assessment of nine escalators at the Bonneville Lock and Dam in Cascade Locks, Oregon. The contractor will evaluate the escalators, which are over 40 years old, to identify any faulty or defective components and provide a comprehensive assessment report, including rehabilitation and replacement costs for one non-functioning escalator. This procurement is set aside for small businesses under NAICS Code 238290, emphasizing the importance of engaging small enterprises in essential government services. Interested parties must submit their proposals electronically by the specified deadline and are encouraged to attend a site visit scheduled for September 10, 2024, at 10:00 AM PST; for further inquiries, contact Lara Krauss at lara.a.krauss@usace.army.mil or call 503-808-4613.
    White City VAMC Damper and Detector Inspection and Cleaning
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to perform inspection, cleaning, and testing of fire safety dampers and detectors at the White City Veterans Affairs Medical Center (VAMC) in Oregon. The contract requires compliance with various National Fire Protection Association (NFPA) standards and includes a comprehensive inventory of fire and smoke detection systems across multiple buildings, as detailed in the attached documentation. This initiative underscores the VA's commitment to maintaining a safe environment for both staff and patients while promoting veteran entrepreneurship. Interested parties can contact Brian Millington at brian.millington@va.gov for further details, with an estimated contract value of $41.5 million and a performance timeline of 18 calendar days starting 30 days post-award.
    Bonneville Headgate Repair Pit
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking information from potential contractors for the Bonneville Headgate Repair Pit project at Bonneville Dam, located in Oregon. The primary objective is to rehabilitate the headgate repair pit to ensure a safe and efficient work environment for maintenance activities, including corrosion repair and component replacements, while adhering to industry standards such as ASHRAE and OSHA. This project is crucial for maintaining the operational integrity of the Bonneville Powerhouse, which plays a significant role in the Federal Columbia River Power System. Interested firms must submit their responses by October 15, 2024, with an estimated construction cost between $5 million and $10 million, and are encouraged to contact Kristel Flores or Andrea Smothers for further details.
    Bonneville Spillway Rock Mitigation
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking industry input for the Bonneville Spillway Rock Mitigation project, which involves constructing two concrete barriers on the spillway apron of the Bonneville Dam in Oregon. The primary objective is to mitigate rock accumulation that damages the existing infrastructure, requiring underwater construction techniques and adherence to environmental controls during the specified in-water work period from November 1 to February 28. This project is critical for maintaining the structural integrity of the dam and ensuring effective water management, with an estimated construction cost exceeding $10 million. Interested parties must submit their responses to the Sources Sought notice by October 31, 2024, to the designated contracting officials, Kristel Flores and Andrea Smothers, via email.
    John Day Dam Powerhouse HVAC Upgrade Industry Day
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is hosting an Industry Day for the John Day Dam Powerhouse HVAC Upgrade project, scheduled for October 23, 2024, in Rufus, Oregon. This initiative aims to gather insights on industry capabilities and qualifications to inform future solicitations for the complete replacement and upgrade of the HVAC systems at the dam, which are currently outdated and non-compliant with modern safety standards. The project is critical for enhancing operational efficiency and safety within the facility, with an estimated construction cost ranging from $25 million to $100 million. Interested parties must submit their responses to the Industry Day notice by October 16, 2024, and are encouraged to register for the site visit by contacting Andrew Sprys or Andrea Smothers via email.
    Z--Fire Suppression System Damage Repair of HSO Annex
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for the repair of the fire suppression system at the HSO Annex Building in Colton, Oregon, following damage caused by a wet chemical discharge. The project involves restoring various areas, including the kitchen, bathroom, hallway, and mechanical spaces, with specific tasks such as flooring replacement, cabinetry refinishing, and HVAC adjustments. This procurement is particularly significant as it addresses essential maintenance for federal facilities, ensuring safety and operational efficiency. Interested contractors, especially those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by September 18, 2024, with an estimated contract value between $25,000 and $100,000. For further inquiries, contact Susanne Clark at susanneclark@blm.gov or call 503-808-6494.