Fire Suppression and Fire Extinguisher Maintenance
ID: PANMC25P0000005391Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT GREGG-ADAMSFORT GREGG ADAMS, VA, 23801-0000, USA

NAICS

All Other Support Services (561990)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a fire suppression and fire extinguisher maintenance contract at the Radford Army Ammunition Plant in Virginia. The contract entails providing semi-annual preventive maintenance and emergency repair services for fire suppression systems, fire extinguishers, and alarms, ensuring compliance with federal, state, and safety regulations. This service is critical for maintaining operational readiness and safety for personnel and facilities, as well as protecting vital IT assets essential for Army operations. Interested parties should note that this is a Total Small Business Set-Aside opportunity, and they can contact Marketplace Support at marketplacesupport@unisonglobal.com or call 1-877-933-3243 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Acquisition, Logistics and Technology Enterprise Systems & Services (ALTESS) is issuing a Performance Work Statement (PWS) for a non-personal service contract concerning fire suppression systems and fire extinguishers maintenance at the Radford Army Ammunition Plant, VA. The contract involves providing semi-annual preventive maintenance (PM) and emergency repair services (ERS) for fire suppression systems, fire extinguishers, and alarms, while ensuring compliance with federal, state, and safety regulations. The contractor must employ Fike Certified technicians and manage all necessary resources for effective service delivery. Key objectives include maintaining equipment functionality, ensuring safety for personnel and facilities, and protecting vital IT assets vital for supporting Army operations. The anticipated performance period is one base year with an option for a subsequent year, emphasizing the importance of established protocols for quality assurance, security requirements, and environmental compliance. The document details emergency service requirements, including a 24/7 response capability, and outlines systems for contractor performance evaluation. Such maintenance and operational readiness are crucial for sustaining the mission effectiveness of ALTESS.
    This document includes a comprehensive list of federal clauses and regulations incorporated by reference and full text related to government Request for Proposals (RFPs), federal grants, and state/local RFPs. The main purpose is to ensure compliance with various acquisition statutes, Executive Orders, and Federal Acquisition Regulation (FAR) rules concerning the award of federal contracts. Key clauses address topics such as: the responsibilities of offerors, evaluation of offers, representation and certifications, contractor obligations, and restrictions related to specific foreign transactions. The document stipulates that the government will evaluate offers based on technical capability, pricing, and past performance, emphasizing the importance of small business participation and compliance with labor standards. Importantly, it also includes requirements for transparency regarding business ownership, tax liabilities, and compliance with anti-trafficking laws. The clarity and organization of these regulations aim to enhance federal procurement integrity while encouraging equitable opportunities for diverse business entities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fire Extinguisher Assembly & Valve
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is preparing to solicit a Firm Fixed Price contract for the assembly and valves of fire extinguishers. This procurement involves a sole source contract with KIDDIE Technologies Inc for a total of 715 fire extinguisher assemblies and 3,720 fire extinguisher valves, which are critical components for military applications. The solicitation, identified as W912CH-25-R-0230, is expected to be released within two to four weeks, and interested contractors must be registered in the System for Award Management (SAM) to participate. For further inquiries, contractors can reach out to Contract Specialist Angelo Wilson at angelo.b.wilson.civ@army.mil.
    Evaluate Fire Suppression Bldg. 126 at the Watervliet Arsenal, Watervliet , NY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified contractors to evaluate and modify the fire suppression system in Building 126 at the Watervliet Arsenal in New York. The project, valued at $19,500,000, involves the removal of existing shelving units, updating the fire suppression system to meet current codes, and providing stamped engineered drawings. This procurement is critical for ensuring the safety and compliance of the facility's fire suppression capabilities. Interested small businesses, particularly Women-Owned Small Businesses (WOSB), must submit their proposals electronically and adhere to various federal regulations, with the period of performance set from January 1, 2026, to March 31, 2026. A mandatory site visit is scheduled for December 17, 2025, and interested parties should contact Christopher Battiste at christopher.k.battiste.civ@army.mil for access arrangements.
    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.
    Radford Army Ammunition Plant (RFAAP) - W519TC-26-R-0003 - Competition Update
    Dept Of Defense
    The Department of Defense, specifically the Army, is providing an update regarding the Radford Army Ammunition Plant (RFAAP) competition under solicitation number W519TC-26-R-0003. The update outlines the tentative schedule for upcoming activities, including the posting of responses to Draft Request for Proposal (DRFP) questions and updated draft sections for industry review, with key dates set for mid-December 2025. The RFAAP is crucial for the operation of ammunition facilities, and the government plans to engage with industry stakeholders through virtual and on-site events in early calendar year 2026 to gather feedback on the draft documents. For further inquiries, interested parties can contact Anna E. Whitcomb at anna.e.whitcomb2.civ@army.mil or Amanda Carlson at amanda.l.carlson25.civ@army.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.
    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.
    Seattle VA Portable Fire Extinguisher Maintenance Service RFQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide comprehensive maintenance services for approximately 1,500 portable fire extinguishers across the VA Puget Sound Health Care System facilities located in Seattle, American Lake, and Magnolia, Washington. The procurement includes monthly, annual, and six-year inspections, as well as a twelve-year hydrostatic test swap-out program, ensuring compliance with NFPA 10, TJC, OSHA, and VA directives. This maintenance service is critical for maintaining fire safety and compliance across the facilities, with the contract valued at up to $12.5 million and set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their quotations by December 16, 2025, and can contact Michael J Borelli at Michael.Borelli@va.gov for further information.
    Air Station Detroit Fire Suppression System Inspection
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide inspection and testing services for the fire suppression system at Air Station Detroit, located at Selfridge ANGB in Michigan. The procurement involves a request for quotation (RFQ) for commercial services, focusing on the inspection of installed fire alarms and suppression systems in accordance with the attached Statement of Work (SOW). This opportunity is critical for ensuring the safety and operational readiness of fire control equipment, which plays a vital role in emergency response and safety protocols. Interested small businesses must submit their bids through the Unison Marketplace platform, with questions directed to Marketplace Support at marketplacesupport@unisonglobal.com or by calling 877-933-3243. The solicitation emphasizes a total small business set-aside and will utilize an online competitive reverse auction format to enhance vendor participation.
    The Radford Army Ammunition Plant (RFAAP) Acid Farm Storage Tanks
    Dept Of Defense
    The Department of Defense, through the Army's W6QM MICC-FT DRUM office, is seeking architect-engineering firms to provide design services for the modernization of the Acid Farm storage tanks at the Radford Army Ammunition Plant (RFAAP) in Radford, VA. The project aims to develop a modernized Acid Tank Area that can support the production of various acids essential for Nitrocellulose production, including Spherical Nucleic Acid and Strong Nitric Acid, while addressing environmental and safety concerns. This modernization is critical to meet the production demands of the Nitric Acid Concentrator and the Nitrocellulose production facility. Interested firms should contact Lyndsie Hall at lyndsie.j.hall.civ@army.mil or A. Milan Sanchez at alfredo.m.sanchez.civ@army.mil for further details.
    Fire Extinguisher
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a firm-fixed-price, three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for fire extinguishers (NSN 4210-01-677-2080) to support Joint Light Tactical Vehicle (JLTV) units. The procurement requires offers for a total quantity of up to 281 units, with a guaranteed minimum of 14 units, and submissions must be made for the entire quantity across all three ordering years, as partial offers will not be considered. These fire extinguishers are critical for ensuring safety and compliance in military operations. Interested vendors should submit their proposals via email to the primary contact, Stephen Granch, at Stephen.Granch@dla.mil by the specified due date, with deliveries commencing 455 days after the order date, and shipments directed to the Defense Distribution Depot Red River.