ContractSolicitation

FULL & OPEN COMPETITION - INSPECTION, TESTING, AND MAINTENANCE SERVICES OF FIREFIGHTING EQUIPMENT & TOOLS

DEPT OF DEFENSE N0040625QS497
Response Deadline
Sep 18, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for inspection, testing, and maintenance services of firefighting equipment and tools in Chinhae, South Korea. This procurement is a firm fixed-price service contract aimed at ensuring compliance with Department of Defense standards and various National Fire Protection Association (NFPA) regulations, covering a range of essential firefighting gear and tools. The contract will be awarded based on evaluation criteria including technical merit, delivery date, price, and past performance, with offers due by September 18, 2025, at 8:00 AM PDT. Interested parties should direct inquiries to Walid Aslan at walid.m.aslan.civ@us.navy.mil.

Classification Codes

NAICS Code
922160
Fire Protection
PSC Code
H312
INSPECTION- FIRE CONTROL EQUIPMENT

Solicitation Documents

9 Files
4.0 25QS497 SOL.pdf
PDF1889 KBAug 22, 2025
AI Summary
This government solicitation (N0040625QS497) is a Request for Proposal (RFP) for Inspection, Testing, and Maintenance (ITM) Services of Firefighting Equipment & Tools, issued by NAVSUP FLT LOG CTR PUGET SOUND. The acquisition, with an estimated total award amount of USD 16,500,000.00, is a firm fixed-price service-type purchase order with a base period from September 1, 2025, to August 31, 2026, and four one-year option periods extending to August 31, 2030. The services are to be performed at COMFLEACT CHINHAE KOREA. Offers are due by August 22, 2025, at 12:00 PM. Evaluation criteria include technical capability (including delivery date), price, and past performance, with no order of relative importance. The government intends to make a single award for all items. Contractors must be registered in SAM, submit invoices via WAWF, and are subject to various FAR and DFARS clauses, including those related to small business programs, anti-trafficking, and restrictions on foreign-made equipment. Exceptions to terms and conditions must be clearly noted in the quote. Questions regarding the solicitation must be submitted to Walid Aslan and Ashley Rollin via email.
4.0 25QS497-0001 AMEND.pdf
PDF574 KBAug 22, 2025
AI Summary
This government file is an amendment to Solicitation Number N0040625QS497, issued by NAVSUP FLT LOG CTR PUGET SOUND. The primary purpose of this amendment, numbered 0001 with an effective date of August 22, 2025, is to extend the response due date for offers. The original response due date of August 22, 2025, has been extended to August 29, 2025, at 12:00 PDT. All other terms and conditions of the solicitation remain unchanged. Offerors are required to acknowledge receipt of this amendment through specified methods, such as completing items 8 and 15, acknowledging on each offer copy, or via separate communication, to avoid rejection of their offer. The point of contact for this amendment is Walid Aslan.
N0040625QS497 PERFORMANCE WORK STATEMENT.pdf
PDF294 KBAug 22, 2025
AI Summary
This Performance Work Statement outlines the requirements for annual inspection, testing, and maintenance (ITM) of firefighting gear and tools for the Fire and Emergency Services (F&ES) in Chinhae, South Korea. The project's objective is to ensure the operational readiness of F&ES equipment in accordance with various NFPA and DoD regulations, including NFPA 1911 for pump tests, NFPA 1981 for SCBA tests, NFPA 1932 for ladder tests, NFPA 25 for gauge calibration, NFPA 1960 for powered rescue tools, NFPA 1936 for air bag inspections, and NFPA 1851 for PPE inspections. The contractor must furnish all necessary labor, materials, equipment, transportation, and supervision. Key tasks include detailed inspections and performance tests for fire apparatus pumps, SCBA devices, various types of ladders (ground, roof hook, extension, folding, multipurpose), gauges, powered rescue tools (compressors and hydraulic systems), air lifting bags, and personal protective equipment. The contractor must be a manufacturer-certified technician, submit results reports within 14 days, and adhere to specific operational hours and local regulations in Korea. The period of performance is a base year with four optional one-year extensions, from July 2025 to June 2030.
N0040625QS497 SPECIFICATION OF REQUIREMENT.pdf
PDF84 KBAug 22, 2025
AI Summary
The document, "CFAC F&ES OEM LIST FOR ANNUAL INSPECTION & MAINTENANCE EQUIPMENT (SCOPE OF SERVICE)," is a comprehensive inventory of equipment categorized for annual inspection and maintenance, likely for a federal or state government entity. It details various tools and systems, including Power Rescue Tools (such as Hurst Combi Tools, power saws, and chainsaws from brands like Hurst, Husqvarna, Tempest, and Stihl), Ventilation & Lighting equipment (PPV Fans and Area Lights from Euramco/Ramfan, Tempest, and Pelican), Hydraulic/Pneumatic Tools (Air Impact and Rabbit Tools from Ajax Rescue and Hurst Jaws of Life), Air Bag Systems (from Paratech), Power Equipment (Portable Generators and Water Pumps from Honda, Generac, and Davey), Ladders (Extension, Roof, and Folding Roof Ladders from Duo-Safety), and Personal Protective Equipment (Firefighting PPE sets from Globe). The list also includes Test Gauge Kits from Akron Brass Company. This document serves as a crucial reference for ensuring the operational readiness and safety compliance of essential rescue and operational equipment through scheduled maintenance and inspections.
4.0 25QS497-0002 SOL.pdf
PDF1888 KBSep 12, 2025
AI Summary
This government solicitation (N0040625QS4970002) is a Request for Quote (RFQ) for Women-Owned Small Businesses (WOSB) to provide inspection, testing, and maintenance services for firefighting equipment and tools. The procurement will result in a Firm Fixed-Price Service-Type Purchase Order with a base period and four option years, covering services for CFAC in Korea. Offers are due by September 11, 2025, at 12:00 PM. Evaluation criteria include technical merit, delivery date, price, and past performance. The government intends to make a single award for all items. Contractors must register in SAM and WAWF for invoicing. The document outlines various FAR and DFARS clauses, including those related to small business programs, combating trafficking in persons, and electronic payment. Questions must be submitted to Walid Aslan and Ashley Rollin via email two days prior to the closing date.
PERFORMANCE WORK STATEMENT.pdf
PDF239 KBSep 12, 2025
AI Summary
The Performance Work Statement outlines the requirements for annual inspection, testing, and maintenance (ITM) of firefighting gear and tools for Fire and Emergency Services (F&ES). This firm-fixed-price service contract ensures compliance with DoD Instruction 6055.05 and various NFPA standards (1911, 1981, 1932, 25, 1960, 1937, 1936, 1851). Key tasks include pump tests for two fire apparatus, SCBA dynamic testing, ladder load and hardware testing, gauge calibration, maintenance of powered rescue tools (compressors and hydraulic systems), air lifting bag inspections, and advanced inspections of Personal Protective Equipment (PPE). All work must be performed by manufacturer-certified technicians. The contractor is responsible for providing all labor, materials, equipment, and supervision. The period of performance is a base year with four optional one-year extensions, with services performed in Chinhae, South Korea. Personnel must hold valid passports, necessary licenses, and be eligible for entry into the Republic of Korea, requiring a Defense Biometric Identification System (DBIDS) card.
SCOPE OF REQUIREMENT.pdf
PDF84 KBSep 12, 2025
AI Summary
The document, "CFAC F&ES OEM LIST FOR ANNUAL INSPECTION & MAINTENANCE EQUIPMENT (SCOPE OF SERVICE)," details a comprehensive inventory of equipment requiring annual inspection and maintenance. It categorizes a wide array of tools and systems vital for emergency services, including Power Rescue Tools (such as Hurst Combi Tools, various power and chain saws from Husqvarna, Tempest, Stihl, and Bosch Saw Zalls), Ventilation & Lighting equipment (Manhole Entry Systems, PPV Fans from Euramco/Ramfan and Tempest, and Area Lights from Pelican), and Hydraulic/Pneumatic Tools (Ajax Rescue Air Impact and Hurst Jack Rabbit tools). The list also includes Air Bag Systems from Paratech, Power Equipment like Honda and Generac portable generators and water pumps, various Duo-Safety Ladders (extension, roof, and folding roof ladders), GLOBE Firefighting PPE sets, and Akron Brass Company Test Gauge Kits. This inventory serves as a critical reference for ensuring the operational readiness and safety compliance of essential equipment for federal, state, and local emergency response entities.
4.0 25QS497-0003 AMEND.pdf
PDF571 KBSep 12, 2025
AI Summary
This government file is an amendment to solicitation N0040625QS497, extending the closing date for offers. The original response due date of September 11, 2025, at 12:00 PM is changed to September 18, 2025, at 8:00 AM PDT. This modification, issued by NAVSUP FLT LOG CTR PUGET SOUND, ensures that all other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment through specified methods to prevent rejection of their offers. The amendment also clarifies procedures for changing previously submitted offers. The point of contact for this amendment is Walid Aslan.
4.0 25QS497-0002 AMEND.pdf
PDF603 KBSep 12, 2025
AI Summary
This document, Amendment/Modification Number N0040625QS4970002 to Solicitation N0040625QS497, issued by NAVSUP FLT LOG CTR PUGET SOUND, details significant changes to a government solicitation for "INSPECTION, TESTING, AND MAINTENANCE SERVICES OF FIREFIGHTING EQUIPMENT & TOOLS." The primary purpose of this amendment is to change the procurement strategy from "100% Small Business" to "Full & Open Competition," adjust the Period of Performance dates for the base and all option years, and extend the closing date for offers to September 11, 2025, at 12:00 PDT. It also modifies several FAR clauses, updating their versions and applicability, particularly 52.212-5, 52.217-8, 52.252-2, and 52.252-6. Additionally, the Performance Work Statement and Scope of Requirement attachments have been updated. Offerors must acknowledge receipt of this amendment, and the evaluation criteria will consider technical aspects (including delivery date), price, and past performance. All other terms and conditions of the original solicitation remain unchanged. The point of contact for this amendment is Walid Aslan (walid.m.aslan.civ@us.navy.mil).

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 15, 2025
amendedAmendment #1· Description UpdatedAug 22, 2025
amendedAmendment #2· Description UpdatedSep 4, 2025
amendedLatest Amendment· Description UpdatedSep 12, 2025
deadlineResponse DeadlineSep 18, 2025
expiryArchive DateOct 3, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVSUP FLT LOG CTR PUGET SOUND

Point of Contact

Name
Walid Aslan

Place of Performance

CHINHAE, KOREA, SOUTH

Official Sources