Fire Bottle Service BPA
ID: FA441725Q0099Type: 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)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide fire bottle inspection, maintenance, and repair services at Hurlburt Field, Florida, under a Blanket Purchase Agreement (BPA). The contractor will be responsible for ensuring compliance with safety standards and manufacturer specifications for various fire extinguishers, as detailed in the attached Statement of Work (SOW). This procurement is critical for maintaining fire safety equipment essential for military operations, and the total dollar limit for the BPA is set at $250,000, with a maximum call limit of $25,000. Interested parties must submit their proposals by April 21, 2025, and are encouraged to contact Gery Reyes Ramos or Abigail Turek for further information.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 3:07 PM UTC
The document outlines the procurement process for a Women-Owned Small Business (WOSB) solicitation related to a Fire Bottle Service Blanket Purchase Agreement (BPA). It specifies the requirements for contractors to conduct inspections, maintenance, and repairs on fire extinguishers to comply with the Statement of Work (SOW). Key details include submission deadlines, points of contact, and various procurement codes. The contracting officer emphasizes the need for a price list and technical capabilities statement detailing proximity to the work site and necessary certifications. Evaluation criteria stem from both price and technical merit, allowing the government to select multiple vendors based on "best value." Included clauses encompass federal regulations, safety requirements, and health standards. The document serves as a comprehensive guide to contractors interested in submitting proposals for public sector services, ensuring compliance with legal stipulations and emphasizing the inclusion of businesses owned and operated by women. Overall, this solicitation reflects the government's commitment to promote small businesses while ensuring quality and safety in fulfilling contractual obligations.
Apr 10, 2025, 3:07 PM UTC
This government document outlines a solicitation for a contract focusing on fire bottle services for the United States Air Force at Hurlburt Field, FL. The solicitation covers various aspects such as fire bottle inspections, maintenance, and repairs of fire extinguishers, adhering to specific terms and conditions. The contractor is required to submit a two-part proposal: one for pricing and another detailing technical capabilities, which should demonstrate compliance with a performance work statement (PWS). Evaluation criteria will consider both price and technical aspects, utilizing a Price-Performance Trade-off method. The document also includes numerous clauses, regulatory references, and contract administration details that contractors must follow. It emphasizes compliance with various federal acquisition regulations and special contract requirements, including safety and health standards on government installations. Overall, the solicitation aims to facilitate the government’s engagement with economically disadvantaged and women-owned small businesses for this critical service.
Apr 10, 2025, 3:07 PM UTC
This document is an amendment to a federal solicitation, specifically detailing the changes to the original request for proposal (RFP). It announces an extension of the due date for offers, postponing the deadline from April 10, 2025, to April 21, 2025, at 1:00 PM CST. The amendment emphasizes that offers must acknowledge receipt before the specified due date to avoid rejection. Additionally, it outlines the procedures for submitting changes to previously submitted offers and highlights the ongoing validity of terms and conditions from the original document, apart from the specified amendments. The amendment is issued under the authority of federal regulations, ensuring compliance in the solicitation modification process. Contact details for the contracting officer are provided, indicating a smooth communication channel for stakeholders involved. Overall, this document serves to clarify submission timelines and procedural requirements within the context of federal contracting practices.
Apr 10, 2025, 3:07 PM UTC
This document serves as an amendment to a solicitation numbered FA441725Q0099, issued by the United States Air Force. The primary purpose of the amendment is to extend the deadline for submitting offers to 10 April 2025 at 1:00 PM CST. It outlines the procedures for acknowledging this amendment, which include acknowledging receipt on submitted offers or in a separate communication. Failure to acknowledge may result in the rejection of the offer. Additionally, the document specifies that modifications have been made to the solicitation’s North American Industry Classification System (NAICS), changing it to 811310. It emphasizes that all other terms and conditions remain unchanged and in full effect. Important contacts are noted, including Gery Reyes Ramos, who can be reached via email or telephone for further inquiries. This notice is crucial for potential contractors as it provides updated information necessary for their participation in the bidding process.
Apr 10, 2025, 3:07 PM UTC
The document outlines the Statement of Work (SOW) for fire bottle maintenance services at Hurlburt Field, targeting various special operations squadrons. The contractor is responsible for all aspects of fire bottle inspections, maintenance, repairs, and replacements according to manufacturer specifications and relevant regulations. Services include verifying pressure and condition of fire extinguishers, providing quotes for repairs, and detailing any necessary replacements. The contractor must ensure compliance with safety standards, perform operational checks after repairs, and document all completed work with warranties. The government seeks to procure these services through Full and Open Competition guidelines under federal acquisition regulations, and a firm-fixed price contract will be utilized. Contractors must secure proper base identification and comply with security measures while on military installations. The document also lists federal holidays observed at the installation, emphasizing the importance of adherence to security protocols during maintenance work.
The Blanket Purchase Agreement (BPA) outlines the terms for providing Fire Bottle Service at Hurlburt Field AFB, FL, with a total dollar limit of $250,000 and a maximum call limit of $25,000. The government is only obligated for authorized calls placed against the BPA, which is effective for five years unless terminated earlier. Pricing must be competitively lower than what the contractor offers its best customers, with annual price list submissions required. Government Purchase Card (GPC) payments are limited to $25,000 per purchase, and calls can only be placed by authorized Contracting Officers. Payment through GPC entails waiving surcharges associated with processing. Invoices must be detailed and submitted monthly or upon BPA expiration, accompanied by specific delivery ticket information. The agreement will be reviewed annually to ensure compliance with statutes and executive orders, which may lead to modifications if necessary. This BPA is structured to streamline procurement for fire service needs while maintaining compliance with federal guidelines.
Apr 10, 2025, 3:07 PM UTC
The document outlines pricing structures and service details for fire safety equipment inspections, specifically for the Hurlburt Field installation in 2025. It categorizes various services by equipment size and type, including ABC extinguishers in multiple weights, Halon extinguishers, and Class-D extinguishers, differentiating between new, six-year, and hydro-tested units. The pricing tiers vary based on the quantity of units inspected, ranging from 1 to over 99 units, thereby impacting the overall service charges. Additional components required for service, such as O-rings, hose straps, gauges, and valve stems, are also listed for consideration. This file appears to be part of required documents for federal requests for proposals (RFPs) related to safety inspections and equipment provisioning, demonstrating compliance with governmental standards for fire safety management at military facilities. Overall, the document serves as a pricing guide to facilitate procurement processes for necessary inspection services in line with federal mandates.
Apr 10, 2025, 3:07 PM UTC
Apr 10, 2025, 3:07 PM UTC
The document outlines a solicitation for a fire bottle service under the Women-Owned Small Business (WOSB) program. It primarily seeks contractors to perform inspections, maintenance, and repairs on fire extinguishers adhering to a specified Statement of Work (SOW). Key details include submission requirements, evaluation criteria based on price and technical capabilities, and specify that the solicitation is open to WOSBs, EDWOSBs, and other small business classifications. Contractors must provide a technical capabilities statement and price lists for their services. Additional clauses govern the contract, specifying terms on invoicing and compliance with health, safety, and environmental standards. Contractors must follow instructions on electronic invoicing and adhere to regulations on subcontracting and employment practices. Finally, a complete list of necessary attachments, including the SOW and various terms and conditions, is included to guide bidders on complying with federal standards. The document highlights the government's commitment to supporting women-owned businesses in fulfilling governmental contracting needs.
Lifecycle
Title
Type
Fire Bottle Service BPA
Currently viewing
Solicitation
Similar Opportunities
Solicitation Fort Sill, OK Fire Extinguisher BPA
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Sill, Oklahoma, is soliciting proposals for a Blanket Purchase Agreement (BPA) focused on the maintenance and inspection of fire extinguishers. This procurement aims to ensure compliance with safety standards by providing monthly and yearly inspections, thorough examinations, and necessary maintenance services for fire extinguishers utilized by various units on the installation. The selected contractors will be responsible for maintaining records and performing services in accordance with NFPA 10 standards, with the government planning to award contracts to up to three vendors based on the best value pricing. Proposals are due by May 14, 2025, following a Q&A period that ends on April 29, 2025, and interested parties must ensure they are registered in the System for Award Management (SAM) prior to award. For further inquiries, potential offerors can contact Sommer Roach at sommer.p.roach.civ@army.mil or Brandi O'Daniel at brandi.l.odaniel.civ@army.mil.
MXG FIRE BOTTLE INSPECTION
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the inspection and maintenance of Halon fire bottles as part of a six-year inspection cycle for the 153rd Aircraft Maintenance Squadron at the Wyoming Air National Guard. The procurement requires the vendor to provide 12 Amerex Model 600K Halon bottles, including the transfer of halon and the rebuilding of valves, valve stems, and o-rings. This service is critical for ensuring compliance with safety regulations regarding fire safety equipment, thereby maintaining operational readiness and safety standards. Interested small businesses, particularly those eligible under the Total Small Business Set-Aside, should contact Kristopher W. Kahle at kristopher.kahle@us.af.mil or 307-772-6884 for further details, with proposals due within the specified timeframe outlined in the solicitation documents.
Fire Extinguisher Maintenance Services
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for fire extinguisher maintenance services at Marine Corps Air Station New River in North Carolina. The contractor will be responsible for the maintenance, repair, and recharge of 140 Halotron flightline fire extinguishers, which includes six-year maintenance and twelve-year hydrostatic testing, all in compliance with specified standards and regulations. This procurement is critical for ensuring operational safety through the proper maintenance of essential fire safety equipment. Interested contractors must submit their bids by May 5, 2025, at 2:00 PM, and are encouraged to contact Monica R. Thomas at monica.r.thomas.civ@usmc.mil or Michael Dobbins at michael.dobbins@usmc.mil for further information.
O2 Room Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking responses from qualified small businesses for a maintenance contract focused on Oxygen Charging Stations at Hurlburt Field Air Force Base in Florida. The procurement aims to ensure the precision cleaning, testing, and calibration of Military Oxygen Systems, adhering to stringent Department of Defense standards and compliance requirements, including certifications from the Department of Transportation and METCAL standards. This opportunity is critical for maintaining operational safety and effectiveness of military-grade oxygen systems. Interested contractors must submit their capabilities and socio-economic status by May 1, 2025, with a maximum of three pages for their response, and can direct inquiries to A1C Edren Jash Pena at edrenjash.pena.1@us.af.mil or Rowan Thom at rowan.thom.1@us.af.mil.
REPLACEMENT FIRE SUPPRESSION
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is soliciting quotes for the procurement of replacement fire suppression systems and associated kits under Request for Quote number 70Z08525Q40068B00. This procurement is a total small business set-aside and requires that only authorized distributors of the Original Equipment Manufacturer (OEM), A.F.P. Corp (CAGE Code 0DS58), submit bids, which must include proof of authorization. The items are critical for ensuring effective firefighting capabilities within the Coast Guard, with a required delivery date of July 20, 2025, and quotes due by May 1, 2025. Interested vendors should contact Gina Baran at gina.m.baran@uscg.mil for further details and ensure compliance with all specified packaging, shipping, and invoicing requirements.
SS - AFRL/RQ Fire Suppression Maintenance and Repair Services
Buyer not available
The Department of Defense, through the Air Force Research Laboratory (AFRL) at Wright-Patterson Air Force Base, is seeking qualified contractors to provide fire suppression maintenance and repair services. The procurement aims to ensure the operational integrity and compliance of fire suppression systems, including seven high-pressure and one low-pressure CO2 systems, which require regular inspections, emergency repairs, and adherence to fire safety regulations, particularly NFPA guidelines. Interested small businesses must submit their capability packages by May 16, 2025, detailing their qualifications and relevant experience to Jason Sav at jason.sav@us.af.mil, as this opportunity is part of a Sources Sought notice and does not obligate the Government to award a contract.
Hangar Fall Restraint Inspection Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Hangar Fall Restraint Inspection Services at March Air Reserve Base in California. The contractor will be responsible for conducting thorough inspections of fall protection systems, ensuring compliance with OSHA regulations, performing minor repairs, and providing necessary inspection equipment, all while operating within secured aircraft hangars. This initiative is crucial for maintaining the safety of personnel and the operational readiness of aircraft maintenance processes, particularly for KC-135 and C-17 aircraft. The total award amount for this contract is $22,000,000, with services expected to commence immediately post-award, and interested parties can contact Joshua Davidson at Joshua.Davidson.16@us.af.mil or 951-655-5758 for further details.
Repair Fire Suppression
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors to perform repairs on fire suppression systems at the 153d Airlift Wing located in Cheyenne, Wyoming. The project involves a comprehensive inspection and replacement of components such as mechanical seals and solenoid valves on fire pumps, ensuring the systems remain operational and compliant with safety standards. This maintenance is critical for safeguarding government facilities and ensuring effective fire protection measures are in place. Interested contractors should note that the total award amount is $19,000,000, with a submission deadline extended to May 6, 2025, and a mandatory site visit scheduled for April 29, 2025. For inquiries, contact Kristopher W. Kahle at kristopher.kahle@us.af.mil or Christopher Davalos at christopher.davalos.1@us.af.mil.
Extinguisher, Fire Aircraft
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is soliciting proposals for a firm-fixed-price contract for a one-time purchase of fire extinguishers specifically designed for the UH-60 Blackhawk helicopter. The procurement is limited to Jamaica Bearings Company, the sole source for these specialized fire extinguishers, which must meet stringent military specifications, including packaging standards and unique identification marking requirements. This acquisition is critical for ensuring the safety and operational readiness of military aircraft, highlighting the importance of compliance with federal acquisition regulations. Proposals are due by May 15, 2025, and must be submitted electronically, with inquiries directed to Mark Highland at mark.highland@dla.mil or Wendellar Johnson at wendellar.johnson@dla.mil.
Fire Extinguisher
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting bids for the procurement of fire extinguishers, specifically under solicitation number SPRDL1-24-R-0129. The contract requires the supply of 281 units of fire extinguishers, adhering to strict quality standards and technical specifications, with a delivery timeline of 260 days post-award. This procurement is crucial for maintaining operational readiness and safety within military environments. Interested vendors must register on SAM.gov to access the technical data package and submit their capability statements to the primary contact, Sabrina Krafft, at sabrina.krafft@dla.mil, by the specified deadlines.