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
    150-Pound Wheeled Fire Extinguisher Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the maintenance of 150-pound wheeled fire extinguishers at Butts Army Heliport in Fort Carson, Colorado. The contract, identified as W911RZ-25-Q-FE01, requires contractors to provide all necessary labor, materials, and equipment to ensure compliance with manufacturer guidelines and National Fire Protection Association (NFPA) standards, with a performance period of 60 days post-award. This maintenance is crucial for ensuring the operational readiness and safety of fire safety equipment used in military operations. Interested parties must submit their proposals electronically by March 6, 2025, and are encouraged to schedule an inspection of the fire extinguishers on March 3, 2025, at Fort Carson, with further details available from primary contact Rodney Fiori at rodney.v.fiori.civ@army.mil or 719-524-3943.
    Fire Department Hose and Ladder Inspections
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide inspection and maintenance services for fire department hoses, ground ladders, and apparatus fire pumps at a facility in Martinsburg, West Virginia. The contractor will be responsible for conducting annual performance testing in compliance with National Fire Protection Association (NFPA) standards, which includes inspecting 15,000 feet of fire hose, 17 ground ladders, and six fire pumps, with a contract duration of one base year and four optional years. This procurement is crucial for ensuring the safety and operational readiness of firefighting equipment, thereby enhancing public safety. Interested parties, particularly small businesses, should note that the total contract value is approximately $19.5 million, with proposals due by March 7, 2025. For inquiries, contact Christopher P. Broschart at christopher.broschart@us.af.mil or Ryan E. Belfield at ryan.belfield@us.af.mil.
    42--EXTINGUISHER,FIRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of fire extinguishers under a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses, specifically under the Total Small Business Set-Aside (FAR 19.5), and falls under the NAICS code 333998, which pertains to miscellaneous general-purpose machinery manufacturing. Fire extinguishers are critical for ensuring safety and compliance in various operational environments, making this procurement essential for maintaining safety standards. Interested vendors should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's DIBBS portal.
    EXTINGUISHER,FIRE,A
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking suppliers for fire extinguishers (EXTINGUISHER, FIRE, A) under a federal contract solicitation. The procurement aims to acquire essential fire safety equipment, which plays a critical role in ensuring the safety and operational readiness of naval facilities and assets. Interested vendors should note that the contract falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and the PSC code 1680 for Miscellaneous Aircraft Accessories and Components. For inquiries, potential bidders can contact Mackenzie Cannataro at 215-697-0288 or via email at MACKENZIE.CANNATARO.CIV@US.NAVY.MIL.
    42--EXTINGUISHER,FIRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of fire extinguishers. This opportunity is categorized as a Total Small Business Set-Aside under the NAICS code 326111, which pertains to Plastics Bag and Pouch Manufacturing, indicating a focus on specialized manufacturing capabilities. Fire extinguishers are critical for ensuring safety and compliance in various operational environments, underscoring their importance in military and defense settings. Interested vendors should direct any inquiries regarding this solicitation to the buyer listed in the solicitation document, and can find additional details by visiting the DLA's DIBBS website.
    4210--Fire Extinguishers
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of fire extinguishers under solicitation number 36C24W25Q0072, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract aims to acquire 88 fire extinguishers, including various models such as 5lb ABC, 10lb CO2, and Halotron I, ensuring compliance with safety and quality standards for VA facilities. This procurement is critical for maintaining fire safety equipment within the Eastern Oklahoma Veterans Affairs Healthcare System in Muskogee, Oklahoma. Interested contractors must submit their proposals by March 4, 2025, with delivery scheduled for July 7, 2025; inquiries can be directed to Contract Specialist Augustine Alford at Augustine.Alford@va.gov or by phone at 951-266-9822.
    Preventive Maintenance and Repair of Fire Suppression/Fire Alarm, Automatic Chemical Wash Systems and Hoods, Ducts, Fans & Filter Cleaning
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting proposals for the preventive maintenance and repair of fire suppression and fire alarm systems, as well as automatic chemical wash systems and related cleaning services at various military facilities in Hawaii. The procurement aims to ensure the safety and operational readiness of these critical systems through semi-annual inspections, routine maintenance, emergency service calls, and compliance with established safety standards. This initiative underscores the importance of maintaining fire suppression infrastructure to uphold safety regulations in military operations. Interested small businesses, particularly those owned by veterans and women, are encouraged to submit their proposals by March 14, 2025, with further inquiries directed to Cierra Urquhart at cierra.s.urquhart.civ@army.mil or Kimberly Feng at kimberly.m.feng.civ@army.mil.
    Fire Fighting Gear
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of fire fighting gear through a Combined Synopsis/Solicitation. This opportunity is set aside for small businesses and falls under the NAICS code 339113, which pertains to Surgical Appliance and Supplies Manufacturing, with a focus on fire fighting equipment classified under PSC code 4210. The fire fighting gear is essential for ensuring the safety and operational readiness of military personnel in emergency situations. Interested vendors can reach out to James Murphy at james.g.murphy.civ@army.mil or by phone at 719-366-8066, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding the submission process and requirements.
    42--EXTINGUISHER,FIRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking suppliers for fire extinguishers under a Combined Synopsis/Solicitation notice. The procurement aims to acquire essential fire safety equipment categorized under the NAICS code 339999, which encompasses all other miscellaneous manufacturing. These fire extinguishers are critical for ensuring safety and compliance in various military and defense operations. Interested vendors should direct their inquiries to the buyer listed in the solicitation document, accessible via the DLA's website, and are encouraged to submit their proposals promptly as per the outlined guidelines.
    Maintenance for (5) Dust and Fume Collectors Annually and Quarterly
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the annual and quarterly maintenance of five Dust and Fume Collector Systems at the Norfolk Naval Shipyard in Portsmouth, Virginia. The contract requires systematic inspections, cleaning and replacing filters, and certifying fire suppression systems, with a performance period spanning from 2025 to 2026, including a base year and an option for an additional year. This maintenance is crucial for ensuring compliance with federal and state OSHA requirements and maintaining safety standards at military facilities. Interested small businesses can contact Roshanda Sansom at roshanda.l.sansom.civ@us.navy.mil or (757) 797-4351 for further details.