Repair Fire Hydrant by Bldg 22
ID: W50S8W25Q0007Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N9 USPFO ACTIVITY WYANG 153CHEYENNE, WY, 82009-4799, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT (J012)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair of a fire hydrant located by Building 22 at the Cheyenne Regional Airport in Wyoming. The project entails a supply purchase with installation, requiring the contractor to assess the hydrant's condition, execute necessary repairs, and ensure compliance with safety regulations. This procurement is particularly significant as it is set aside for small businesses, with a firm fixed price of $45 million for the contract, which is expected to be awarded by May 31, 2025. Interested contractors must submit their proposals by April 29, 2025, and can reach out to Christopher Davalos or Kristopher W Kahle for further information.

    Files
    Title
    Posted
    The Statement of Work (SOW) for the Wyoming Air National Guard outlines the project to repair a fire hydrant by Building 22 at the Cheyenne Regional Airport. The primary goal is to ensure the hydrant is fully functional and meets safety regulations for fire protection. The contractor must coordinate with the Point of Contact (POC), ensuring compliance with access and security protocols mandated by military standards. Responsibilities include assessing the hydrant's condition, obtaining relevant permits, and executing repairs such as disassembly, replacing faulty components, and testing for proper operation post-repair. The contractor must supply all necessary tools, maintain a clean worksite, and ensure safety measures are in place during operations. Hours of work are limited to weekdays, requiring advance notice for any out-of-hours requests. The document emphasizes the importance of conveying critical information to the POC following repairs, reinforcing adherence to safety and compliance regulations throughout the project. This SOW reflects typical procedures and expectations in government RFPs, ensuring accountability and clear communication between contractors and government entities.
    The document outlines a solicitation for a contract to repair a fire hydrant at Building 22, emphasizing federal acquisition processes for women-owned small businesses (WOSB). It details the requisition, award date, and submission information for contractors, including specific requirements for proposals and general terms of the contract. The solicitation sets a firm fixed price of $45 million, with a quantity of one unit to be delivered by May 31, 2025. It integrates essential Federal Acquisition Regulation (FAR) clauses, notables including terms regarding small business set-asides, equal opportunity, and payment methods through the Wide Area Workflow system. The document also specifies various measures for compliance and reporting requirements, including clear identification protocols for items delivered. This solicitation aims to enhance procurement opportunities for WOSB while ensuring adherence to government standards and regulations in the contracting process.
    This government document outlines an amendment to a solicitation which extends the proposal due date from April 21, 2025, to April 29, 2025, at 10:00 AM. It specifies that offers must acknowledge receipt of the amendment through various means such as completing specified items and returning copies or by mentioning it in their submitted offers. The document clarifies that failure to acknowledge may result in rejection of the offer. It also details changes related to contract modifications and outlines that, with the exception of this amendment, all terms and conditions of the original solicitation and any previous amendments remain unchanged. The document maintains a formal tone typical for government communications and includes specific administrative and contractor details necessary for processing the amendment.
    The Wyoming Air National Guard has issued a Statement of Work for the repair of a fire hydrant at the 153rd Airlift Wing facility in Cheyenne, Wyoming. The primary objective is to ensure the hydrant is functional and compliant with fire safety regulations, thereby maintaining effective fire protection capabilities. The contractor is responsible for coordinating with a designated point of contact (POC) for site access and necessary documentation, which requires prior notice for mobilization. The contractor must handle any resulting damages and comply with security protocols, including background checks for personnel. The scope of work includes assessing the hydrant, obtaining necessary permits, implementing safety measures, and performing the required repairs, which involve isolating the hydrant, disassembling components, replacing parts, and testing the hydrant for proper operation. Additionally, a final report summarizing the completed work and recommendations for ongoing maintenance is required. All work should occur during specified hours, and clean-up of the site is mandatory post-repair. The intent of this RFP is to solicit proposals from qualified contractors to ensure prompt and adherent execution of these repairs in compliance with safety regulations and government policies.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Water truck
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Y--AK SAIC ANCHORAGE HYDRATION STATION
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the installation, ensuring compliance with local building codes and federal regulations, with a construction magnitude of less than $25,000. This installation is crucial for enhancing operational efficiency and ensuring access to hydration for personnel at the facility. Interested small businesses must acknowledge receipt of amendments and submit proposals by the specified deadlines, with the completion date for the project set for January 23, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    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.
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    USCGC CHEYENNE DRYDOCK FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the drydock repairs of the USCGC CHEYENNE (WLR 75405) for fiscal year 2026. This procurement involves a Firm Fixed Price Definitive Contract aimed at completing various maintenance and repair tasks, including hull inspections, propulsion system overhauls, and equipment maintenance, with a performance period from February 3, 2026, to April 24, 2026. The contract is set aside for small businesses, with a particular emphasis on Women-Owned Small Businesses (WOSB), highlighting the importance of these services in maintaining operational readiness for the Coast Guard fleet. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Ou Saephanh or Sandra Martinez via email for further clarification.
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CO OMAD 300(70) Minuteman Missile Access Road project, which involves re-graveling up to 156.582 miles of existing gravel roads utilized by the United States Air Force. The project aims to enhance road maintenance for the Air Force Intercontinental Ballistic Missile Program, specifically in southwestern Wyoming, southeastern Nebraska, and northeastern Colorado. This initiative is part of the Defense Access Road program, emphasizing the importance of maintaining access routes for national defense operations. Interested small businesses must submit their bids by December 9, 2025, at 2:00 p.m. local time, and can direct inquiries to Douglas Whitcomb or Leslie Karsten at CFLAcquisitions@dot.gov. The estimated project cost is approximately $5,980,000, with a firm fixed-price variable-scope contracting method in place.
    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.
    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.
    183 CES Repair Vehicle Barriers
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking bids for a contract to repair vehicle barriers at their facility in Springfield, Illinois. The project involves removing existing hydraulic wedge-type barriers and installing two new final denial drop arm style barriers to ensure compliance with current regulations and operational standards. This contract is set aside entirely for small businesses, with an estimated value between $500,000 and $1 million, and is expected to be awarded within a 180-day timeframe following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register on SAM.gov to access the solicitation, which is anticipated to be issued in early August 2025.