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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.
    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).
    Request For Information - Tire Fire Suppression Bottle
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking information from qualified firms regarding the procurement of Tire Fire Suppression Bottles for the Stryker Family of Vehicles. The objective is to acquire between 1,200 and 1,800 units of these bottles, which are critical for extinguishing tire fires on military vehicles, thereby ensuring crew safety and maintaining operational readiness in high-risk environments. Interested firms are required to respond to this Request for Information (RFI) by completing the attached workbook, which includes detailed specifications and requirements for the bottles, and submitting their responses by January 16, 2026, at 2:00 PM Eastern Standard Time. For further inquiries, firms may contact Taylor Ferguson at Taylor.D.Ferguson10.civ@army.mil or Marta Furman at marta.furman.civ@army.mil.
    SOURCES SOUGHT Air Cylinder Blanket Purchase Agreement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a sources sought notice for a Blanket Purchase Agreement (BPA) to lease 146 air cylinders for use at 15 Missile Alert Facilities and the Missile Facility Maintenance Shop at F.E. Warren Air Force Base in Wyoming. The procurement aims to identify potential sources capable of providing the specified air cylinders, which include models designed for breathing air and other applications, with a focus on compliance with safety and environmental regulations. Interested parties are encouraged to submit capability statements detailing their qualifications and relevant business information to the primary contacts, Michelle Crenshaw and SSgt Rebecca Behne, by the specified deadline. This opportunity is part of the government's ongoing efforts to ensure operational safety and regulatory compliance in support of military operations.
    42--EXTINGUISHER,FIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 100 fire extinguishers (NSN 4210011749474) under a Combined Synopsis/Solicitation notice. The extinguishers are critical for fire safety and rescue operations, emphasizing the importance of reliable safety equipment for military and defense personnel. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and quotes must be submitted by the specified deadline, with delivery expected within 393 days after order placement.
    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.
    42--EXTINGUISHER,FIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 3,000 fire extinguishers under solicitation number NSN 4210011491356. These extinguishers are critical for fire safety and emergency response, ensuring the protection of personnel and property in various operational environments. The solicitation is set aside for Women-Owned Small Businesses (WOSB), and all responsible sources are encouraged to submit their quotes electronically, as hard copies will not be available. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, with the deadline for quote submission being 94 days after the award date.
    42--EXTINGUISHER,FIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of fire extinguishers, specifically NSN 4210013887854. The requirement includes a total of 900 units to be delivered to the DLA Distribution San Joaquin within 195 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 operational environments, making this procurement essential for maintaining safety standards. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes electronically by the specified deadline, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    42--EXTINGUISHER,FIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of fire extinguishers, specifically NSN 4210015205525. The requirement includes the delivery of 25 units and 50 units to DLA Distribution Albany, with a delivery timeline of 68 days after order placement. Fire extinguishers are critical for safety and emergency response in various military and civilian applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    B491 Fire Alarm Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the repair of fire alarm systems at Facility B491, Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary equipment and labor to repair and rebuild the Simplex 4100ES Fire Alarm Control Panel, ensuring network communication with Facility B492 for fire pump activation. This project is critical for maintaining safety and compliance with fire control standards, and the total estimated award amount is $25 million. Interested parties must submit their proposals by January 5, 2026, and are encouraged to attend a site visit on December 16, 2025, with questions due by December 19, 2025. For further inquiries, contact SrA Jason Arizmendi at jason.arizmendi@us.af.mil or Lt Ryan Brewster at ryan.brewster.3@us.af.mil.