ANNUAL FIRE EXTINGUISHER RECERTIFICAITON
ID: 140L3925Q0014Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNEVADA STATE OFFICERENO, NV, 89502, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

INSPECTION- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS (H342)
Timeline
    Description

    The Bureau of Land Management (BLM) in Nevada is soliciting proposals for the annual recertification of fire extinguishers across multiple facilities, including the Las Vegas Interagency Communication Center and the Red Rock Fire Station. The contract, identified as 140L3925Q0014, encompasses inspection, servicing, hydro-testing, and replacement of fire extinguishers, with a performance period commencing on March 1, 2025, and options for four additional one-year extensions. This initiative is crucial for maintaining safety compliance in public facilities, ensuring adherence to federal regulations and standards. Interested contractors must submit their proposals by February 26, 2025, and can direct inquiries to Carey Grund at cgrund@blm.gov or by phone at 775-861-6481.

    Point(s) of Contact
    Grund, Carey
    (775) 861-6481
    (775) 861-6710
    cgrund@blm.gov
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the inspection, servicing, hydro-testing, and replacement of fire extinguishers at various Southern Nevada Bureau of Land Management facilities, including Red Rock and Las Vegas locations. The contractor is responsible for providing labor, equipment, supplies, and materials for the annual inspection and servicing of a specified number of fire extinguishers, with work to occur within 60 days after receiving an order. Compliance with state and federal regulations regarding fire safety is mandatory, including adherence to NFPA standards. Additionally, fire extinguishers deemed unrepairable or over 12 years old must be replaced. The contractor must operate during normal working hours and ensure site cleanliness. No government property will be furnished; all resources must be provided by the contractor. This SOW serves the public safety needs of local facilities and demonstrates government oversight for effective fire safety management.
    The document outlines the inspection and maintenance requirements for fire extinguishers and related equipment across various facilities in the Southern Nevada District. It specifies inspection locations, including the Red Rock Fire Station and the Las Vegas Interagency Communication Center, detailing a list of fire extinguishers alongside their quantities and inspection costs. The breakdown includes different types of extinguishers, such as ABC and Halotron, along with a trip charge and totals for base and option years. The primary objective is to procure a contractor for regular inspection and servicing of these fire extinguishers, ensuring compliance with safety regulations. Overall, the document serves as a request for proposals for fire safety services, aligning with federal and state requirements for safety equipment maintenance.
    The document addresses a solicitation (140L3925Q0014) for annual fire extinguisher recertification across multiple locations, specifically the LVICC/SNDO main buildings and Red Rock Fire Station. Inspections will be conducted at three sites, with the contractor required to travel to each for the recertification process. While the Statement of Work (SOW) lists primary addresses, additional sites like the campground and others will collect their extinguishers to designated locations for inspection, thus eliminating the need for individual site visits. The incumbent contractor for the previous year’s contract was Eleven Bravo Group, LLC, located in Plantation, FL. The document outlines logistical details essential for potential bidders, as part of the broader process involving federal requests for proposals and grants related to safety compliance.
    The document is an amendment related to the solicitation 140L3925Q0014 for fire extinguisher services, specifically inspections, testing, and replacements at multiple locations. This amendment addresses several key changes: it provides responses to questions previously submitted, modifies the period of performance to start on April 1, 2025, and extends the deadline for quote submissions to February 28, 2025, at 11:00 PM PST. The amendment outlines five specific line items related to the fire extinguisher services, detailing the scope, anticipated exercise dates for options, and is structured according to federal acquisition regulations. It clarifies that all required documentation must be submitted via email, emphasizing that the government will not solicit additional information. Key points include the roles of various contact personnel and the importance of accessing the attached documentation for technical requirements, past performance, and pricing information. The document serves to ensure clarity and compliance in the submission process for potential contractors responding to the RFP.
    The Bureau of Land Management (BLM) in Nevada is issuing a Request for Proposal (RFP) for the inspection, servicing, hydro-testing, and replacement of fire extinguishers across multiple facilities, including fire stations and national conservation areas. The contract, designated 140L3925Q0014, aims for full competition under NAICS Code 811310, with a size standard of $12.5 million. The initial performance period is one year, starting March 1, 2025, with options for four additional one-year extensions based on government needs and funding availability. Vendors must submit their proposals by February 26, 2025, and all inquiries can be directed to specified contacts. The RFP outlines mandatory compliance with federal regulations regarding labor, safety, and performance standards, including a minimum wage requirement under Executive Order 14026. This initiative emphasizes the importance of ensuring safety in public facilities and adherence to regulations while fostering participation from small businesses in government contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    H342--Service will include annual and monthly inspections of all fire extinguishers, replacement,
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide fire extinguisher inspection and maintenance services at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The contract will encompass annual and monthly inspections for approximately 400 fire extinguishers, ensuring compliance with regulations from The Joint Commission, NFPA, OSHA, and VA standards, with an initial term of five years starting March 1, 2025, and the option to extend for four additional years. This initiative is crucial for maintaining safety and reliability in fire protection systems within the medical center, promoting adherence to regulatory requirements. Interested contractors must respond to the Sources Sought Notice by February 26, 2025, and direct all inquiries to Contract Specialist Ross Futch at ross.futch@va.gov or by phone at 713-770-2830.
    Z--NIFC 210 RMP Insulation Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is preparing to issue a solicitation for the replacement of insulation at the National Interagency Fire Center (NIFC) in Boise, Idaho. The project involves replacing exposed polyisocyanurate rigid board insulation with compliant materials at the NIFC 210-Ramp Services, ensuring adherence to building codes and the Buy American Act. This construction work is significant for maintaining the facility's operational integrity and is expected to commence in Summer 2025, with a contract value estimated between $100,000 and $250,000. Interested contractors should monitor www.sam.gov for the solicitation release around February 2025 and are encouraged to attend a site visit to fully understand the project requirements; for inquiries, contact Matthew Steele at masteele@blm.gov or 208-387-5130.
    Fire Command Vehicle Upfitting
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified small businesses to provide upfitting services for Fire Command Vehicles under solicitation number 140L0625Q0005. The contract aims to enhance the operational capabilities of these vehicles, which are critical for effective wildland fire suppression, by ensuring compliance with safety and performance standards set by federal regulations. The performance period for this contract is from June 2, 2025, to June 1, 2030, with a focus on inclusivity, encouraging participation from small businesses, including those owned by disabled veterans and women. Interested parties must submit their quotations electronically by March 12, 2025, and can direct inquiries to Addison Page at apage@blm.gov or by phone at 303-236-3800.
    F--BLM LICK SKILLET HAND THINNING
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Lick Skillet Hand Thinning project in Canon City, Colorado, under solicitation number 140L3725Q0018. The project aims to thin dense stands of conifer trees to enhance fire resilience, improve wildlife habitat, and promote healthier tree growth across a 35-acre area, with work scheduled to commence by March 17, 2025, and conclude by December 15, 2025. This initiative is part of BLM's commitment to sustainable land management practices, emphasizing safety, environmental protections, and high-quality standards throughout the contract. Interested contractors must submit their quotes to Contracting Specialist Daniel Rosales via email by March 7, 2025, and are encouraged to monitor updates on SAM.gov for any changes to the project requirements.
    2025 Annual Review National Type 2 Firefighter Crews
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting offers for the 2025 Annual Review of National Type 2 Firefighter Crews through solicitation number 1202SC21Q0001. The procurement aims to establish multiple Blanket Purchase Agreements (BPAs) for commercially available Type 2 qualified wildfire crews to assist with fire suppression and emergency response activities across the United States. These services are crucial for effective wildfire management and ensuring public safety during emergencies. Interested small businesses must submit their quotes by March 18, 2025, at 2:00 PM Mountain Time, and are encouraged to acknowledge the recent amendment to the solicitation, which includes updated contract clauses and wage determinations. For inquiries, potential contractors can contact Bryce N. Pitchford at bryce.pitchford@usda.gov or by phone at 208-991-7639.
    16--Notice of Intent: MAIN/RESERVE PARACHUTES
    Buyer not available
    The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) intends to negotiate a contract with Airborne Systems of North America for the procurement of specific parachutes and components, including 15 DC-7 canopies and 10 MT1S canopies and deploy bags. These parachutes are critical for the BLM Smokejumper Program, having successfully met the necessary testing and evaluation standards for operational use. The estimated value of this acquisition is less than $127,500, and interested parties must submit their qualifications by February 28, 2025, to the Contracting Officer, Mindi Paulson, at mpaulson@blm.gov, as no Request for Quotation (RFQ) will be issued.
    LSR CAMPGROUND MAINTENANCE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking proposals for campground maintenance services under the title "LSR Campground Maintenance." The contract, identified by RFQ number 140L2625Q0013, aims to secure comprehensive cleaning and maintenance of seven recreation sites along the lower Salmon River in Idaho, with a base year from May 15, 2025, to May 14, 2026, and four additional option years. This opportunity is particularly significant for small businesses, as it is set aside under the Total Small Business Set-Aside program, and requires adherence to safety and environmental standards while ensuring minimal disruption to recreational activities. Interested parties must submit their quotes via email by February 27, 2025, and can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911 for further information.
    Y--Henery Mountain Field Station Building Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is seeking small business contractors for the Henry Mountain Field Station Building Replacement project located in Hanksville, Utah. The project entails the demolition and construction of a new facility, including a 6-bay vehicle shelter, infrastructure improvements, and adherence to environmental considerations such as stormwater management and ADA compliance. This initiative is crucial for enhancing the functionality and sustainability of the Field Station, with an estimated construction budget ranging from $500,000 to $1,000,000. Interested businesses must submit their qualifications and feedback on the draft specifications by March 3, 2025, with a formal Request for Proposal (RFP) expected to be issued by the end of March 2025. For further inquiries, contact Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445.
    NIFC 300 JWH STANDBY AND EMERGENCY POWER
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management's National Interagency Fire Center, is soliciting bids for the NIFC 300 JWH Standby and Emergency Power project in Boise, Idaho. The objective is to enhance the existing emergency power system by upgrading the current 600Kw generator to ensure reliable standby power during utility outages, while adhering to safety and regulatory standards. This project is critical for maintaining operational functionality and safety at the facility, particularly in supporting emergency response efforts. Interested small businesses must submit their proposals by March 17, 2025, following a site visit scheduled for February 25, 2025, with an estimated budget between $250,000 and $500,000. For further inquiries, contact Matthew Steele at masteele@blm.gov or call 208-387-5130.
    Fencing Replacement at Meadowood SRMA
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotations for a construction project focused on replacing fencing at the Giles Run Trailhead and the Meadowood Connector Trailhead in Virginia. This project is set aside for small businesses under NAICS code 238990, with a firm fixed-price contract estimated between $25,000 and $100,000. The fencing replacement is crucial for maintaining the integrity and safety of these recreational areas, ensuring continued public access and enjoyment. Proposals are due by March 10, 2025, with a mandatory site visit scheduled for February 27, 2025. Interested contractors should contact Oksana Rollins at orollins@blm.gov or call 303-236-1853 for further details.