Fire Training Facility Maintenance
ID: FA441725Q0059Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4417 1 SOCONSHURLBURT FIELD, FL, 32544-5810, 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
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance and inspection services for the Aircraft Fire Training Facility (AFTF) and the Structural Fire Training Facility (SFTF) at Hurlburt Field, Florida. The contractor will be responsible for ensuring the operational effectiveness and safety of these facilities by conducting inspections, performing repairs, and adhering to all relevant safety and compliance standards, including Air Force guidelines and federal regulations. This procurement is critical for maintaining the safety and readiness of training operations for firefighters, with an estimated contract value of $12.5 million and a total small business set-aside. Interested parties must submit their proposals by April 28, 2025, and can direct inquiries to Peyton Cole at peyton.cole@us.af.mil or Rowan Thom at rowan.thom.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details an inspection report for the Aircraft Fire Training Facility (AFTF) located at Hurlburt Field AFB, Florida, focusing on the safety and operational compliance of firefighter training trainers. Various training structures were reviewed, including aircraft simulators, structural trainers, and hazardous materials trainers, all designed for live-fire and non-fire training scenarios for firefighters. The report identifies multiple issues, including safety hazards such as leaking propane systems, non-compliance with fire safety standards, and deteriorating structural components. Key recommendations include immediate repairs, replacements of rusted elements, and compliance upgrades to meet national safety standards (NFPA, OSHA). The facility is currently deemed unsafe for high-risk training activities due to significant hazards, indicating a pressing need for infrastructure overhaul to ensure the safety of training operations. The document emphasizes the critical need for addressing these safety concerns to maintain operational capability and protect the safety of trainers and trainees. Overall, it serves as a comprehensive overview of compliance issues and recommended actions for federal oversight and funding considerations, aiding in potential RFPs and grants for necessary upgrades.
    The Performance Work Statement outlines the requirements for maintaining the Aircraft Fire Training Facility (AFTF) and the Structural Fire Training Facility (SFTF) at Hurlburt Field, FL. The contractor must provide complete inspection, testing, and maintenance services, adhering to all applicable standards and guidelines. Key tasks include conducting quarterly inspections, performing minor repairs, and maintaining safety features within the facilities. The contractor is responsible for acquiring original manufacturer parts for repairs and ensuring all personnel are trained in gas handling. A five-year structural evaluation must be conducted by a licensed professional to ensure the integrity of the SFTF. Immediate responses to hazardous incidents, such as propane leaks, are mandated, alongside compliance with environmental regulations and safety standards. Work hours are defined, and federal holidays are observed, with no government-furnished services provided. The contract spans one base period with four optional extensions, highlighting the government's intent to ensure the facilities remain operational and compliant with safety standards. The document emphasizes the critical nature of fire training facility upkeep to maintain effective operational readiness for safety training exercises.
    This document provides maintenance instructions for offers related to the Fire Training Facility. It includes a solicitation addendum per FAR regulations, specifying a NAICS code of 811310 and a small business size standard of $12.5 million. Offerors must submit signed offers electronically, adhering to formatting guidelines and a structure divided into price and technical parts by specified deadlines. Key submission components include a pricing schedule across a base period and four option years, and a technical submission limited to 20 pages detailing a preventative maintenance inspection schedule and technician qualifications. Offerors must comply with teaming arrangements and joint venture regulations if applicable. Evaluations will be based on the quality of the technical submission and price reasonableness, ensuring that offers meet all terms, conditions, and requirements stated in the solicitation. Clarity in communication is emphasized, with detailed submission instructions and communication personnel listed for inquiries. Overall, the document outlines rigorous submission and evaluation processes to ensure compliance and effective facility maintenance.
    The document outlines the evaluation process for awarding contracts related to the maintenance of fire training facilities, employing a Lowest Price Technically Acceptable (LPTA) approach. The government prioritizes obtaining the best value by balancing price and technical capability. The evaluation process comprises three main steps: verifying the completeness of submission documents, ranking proposals based on price, and assessing the technical acceptability of the lowest-priced offer. Proposals must follow the detailed requirements set forth in the solicitation, with price evaluations considering the total evaluated price over the base period and four option periods. Technical evaluations focus on the offeror's ability to fulfill obligations detailed in the Performance Work Statement (PWS), including providing an Annual Preventative Maintenance Inspection (PMI) schedule and qualified technicians to handle LP-Gases. Offers deemed technically acceptable will be awarded contracts without considering other proposals. This structured evaluation process ensures that the government selects a vendor capable of meeting its maintenance needs while remaining budget-conscious.
    The Performance Work Statement (PWS) outlines the maintenance requirements for the Aircraft Fire Training Facility (AFTF) and Structural Fire Training Facility (SFTF) at Hurlburt Field, Florida. The contractor must provide all necessary labor, materials, and equipment for inspections, testing, and maintenance, ensuring the facilities' operational effectiveness while adhering to Air Force guidelines and safety standards. Services include conducting quarterly inspections, addressing minor repairs, and managing parts acquisition with specified compliance to original equipment manufacturer instructions. A qualified professional must evaluate the structural integrity every five years, incorporating various inspection protocols. The contractor is responsible for immediate response actions regarding propane leaks, ensuring environmental and safety regulations are met. They will document all inspection findings and promptly report hazardous conditions. The PWS emphasizes the importance of qualified personnel, required training, and strict adherence to safety standards, including OSHA regulations. Vendor access regulations, identification processes, and waste disposal protocols are also detailed, emphasizing appropriate conduct and the need for thorough reporting of contractor labor hours. This PWS reflects government standards for fire training facility operations and underscores the critical nature of safety and maintenance in supporting military training operations.
    This document serves as a cover sheet for a government Request for Proposal (RFP) and outlines the necessary information that prospective vendors must provide when submitting their offers. Key details requested include the company name, affiliation type (prime, subcontractor, or joint venture), business size, contact information, and registration details such as the SAM expiration date, CAGE code, and DUNS number. It specifically inquires whether the vendor's representations and certifications include the North American Industry Classification System (NAICS) code 811310, related to the repair and maintenance of machinery. Additionally, there is a section for signing the acknowledgment of any solicitation amendments. This format streamlines the submission process and ensures that crucial identifiers and compliance checks are easily accessible, facilitating a thorough review by federal or state agencies during the procurement process.
    The document FA441725Q0059 relates to the maintenance and inspection of fire training facilities, specifically addressing the requirements for the Solid Fuel Training Facility (SFTF) maintenance. It includes a series of questions and answers about the project, with key topics including the availability of prior service reports, the qualifications required for inspection professionals, and the definitions of major and minor repairs. Notably, it confirms that the construction of relevant structures needs sampling and outlines that minor repairs include the replacement of components like ignitors and pilot valves, while major repairs involve more substantial issues. The document also inquires about the history of service awards, which the government cannot disclose. Overall, it serves to clarify expectations and requirements for bidders responding to this maintenance contract, reflecting standard practices in government RFP processes while ensuring transparency in the bidding landscape.
    The document outlines a solicitation for a contract related to maintenance and repair services for Aircraft Fire Training Facility (AFTF) and Structural Fire Training Facility (SFTF) at Hurlburt Field, Florida. The total award amount is estimated at $12,500,000 with a contract duration that extends to multiple option years. Key requirements include ensuring compliance with manufacturer recommendations, maintenance protocols, and adherence to local, state, and federal guidelines. The contractor must provide all necessary labor, materials, and equipment while performing quarterly inspections and repairs. Furthermore, the solicitation emphasizes the importance of safety standards and proper handling of any hazardous materials encountered. The document also encapsulates various legal clauses related to subcontracting, labor standards, and environmental regulations that the contractor must abide by. Overall, this solicitation represents the federal government's commitment to maintaining operational readiness and safety of its training facilities through responsible vendor partnerships.
    This document serves as an amendment to a previously issued solicitation, extending the deadline for offer submissions. The new due date for responses is set for Monday, April 28, 2025, at 2:00 PM CST. The amendment stipulates that offerors must acknowledge receipt of the amendment using specified methods, which include returning copies of the amendment or acknowledging it on submitted offers. Any changes to already submitted offers must also reference the solicitation and be received before the specified deadline. Additionally, the document outlines administrative changes related to contract modification, while emphasizing that all previous terms remain effective unless explicitly stated otherwise. The key objective of the amendment is to ensure clear communication of the extended deadline to potential contractors participating in the solicitation process, reflecting the importance of timely and accurate submissions in government procurement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Edwards AFB Fire Suppression Maintenance 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    Fall Protection Certification Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Fall Protection Certification Services at Edwards Air Force Base in California. The procurement includes comprehensive inspection, certification, and training services for fall protection systems, ensuring compliance with safety standards and regulations. This contract is particularly significant as it involves maintaining safety protocols for personnel working at heights, with a total award amount of $11,500,000 over a performance period from January 1, 2026, to December 31, 2030, including one base year and four option years. Interested small businesses must submit their quotes by December 15, 2025, and can direct inquiries to Contract Specialist Alexia Del Real at alexia.delreal@us.af.mil or Contracting Officer Suzanna Kussman at suzanna.kussman@us.af.mil.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    MAFT (IFT-R)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide initial and seasoning training for rotary wing aircrew, specifically for Bell 206 pilots. The procurement aims to fulfill the training requirements outlined in the Statement of Work (SOW) dated January 27, 2023, ensuring that Air Force pilots receive the necessary education and technical skills for effective operation of the Bell 206 aircraft. This training is crucial for maintaining operational readiness and enhancing the capabilities of Air Force pilots. Interested parties can contact Kodi Davis at kodi.davis@us.af.mil or by phone at 210-625-6904 for further details regarding this opportunity.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Fire Alarm System Replacement, Mountain Home AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    Hangar 3211 Fire Suppression Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Hangar 3211 Fire Suppression Repair project at Joint Base McGuire-Dix-Lakehurst in New Jersey. This project involves the demolition and removal of an existing High Expansion Foam fire suppression system and fire alarm system, followed by the installation of a new mass notification fire alarm and HEF system, along with related incidental work. The project is critical for ensuring the safety and operational readiness of the hangar, and it will be conducted in an occupied building, requiring careful coordination to minimize disruption. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Kristen Rodgers at kristen.rodgers.1@us.af.mil or 609-754-4690 for further details.