REPAIR DETERIORATED FAILING WET CHEMICAL SYSTEM, AREA IV, KOREA
ID: W90VN925RA017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY646TH SUPPORT DETACHMENTAPO, AP, 96218-5682, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)
Timeline
  1. 1
    Posted Jan 23, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 12, 2025, 12:00 AM UTC
  3. 3
    Due Feb 19, 2025, 4:00 AM UTC
Description

The Department of Defense, through the 646th Support Detachment, is soliciting proposals for the repair of a deteriorated wet chemical fire suppression system in Area IV, Korea. The project, identified as H3-00003-4J, requires contractors to provide all necessary labor, materials, and equipment to complete the repairs, which include replacing kitchen cabinets, repairing wallboard, and upgrading fire extinguishing systems at various U.S. Army facilities, particularly Camp Walker and Camp Carroll. This initiative is crucial for enhancing safety protocols and operational effectiveness within military installations, ensuring compliance with technical specifications and environmental regulations. Interested contractors must be existing MAIDIQ contractors, with proposals due within a performance period of 300 days, and an estimated project budget ranging from $500,000 to $1,000,000. For further inquiries, contact Jaeyoun Lee at jaeyoun.lee2.civ@army.mil or call 315-763-5691.

Point(s) of Contact
Files
Title
Posted
Feb 13, 2025, 2:08 AM UTC
The document outlines a Statement of Work (SOW) for the U.S. Army Garrison Daegu, addressing the repair of a deteriorated wet chemical fire suppression system in Area IV. The contractor is tasked with providing all necessary labor, materials, and equipment to repair the system as specified in the supplied drawings, with a performance period of 300 days, including 120 days for material procurement. Key project features include replacing kitchen cabinets, repairing wallboard, and upgrading fire extinguishing systems across various buildings at Camp Walker and Camp Carroll. The SOW emphasizes compliance with technical specifications from the Army and includes special conditions regarding work hours, inspection notifications, material standards, safety requirements, and environmental considerations. Moreover, it mandates training for contractor employees related to security and environmental management, ensuring adherence to local regulations. The document serves to facilitate the efficient and compliant execution of repairs, reflecting the Army's focus on safety, quality, and operational integrity in public works projects.
Feb 13, 2025, 2:08 AM UTC
The document details a project proposal for repairing the deteriorated or failing wet chemical fire suppression systems at various U.S. Army facilities in South Korea, particularly Camp Carroll and Camp Henry. The scope of work includes the removal and replacement of existing fire extinguishing systems, installation of new systems, and necessary electrical adjustments. Specific buildings are identified for the upgrades, emphasizing compliance with safety and technical standards, including the requirements for hazardous materials and environmental regulations. The contractor is responsible for verifying existing conditions, coordinating with involved trades, and ensuring that all work adheres to applicable codes and regulations. Detailed notes outline the expectations for material sourcing, quality checks, and equipment specifications. Additional requirements include conducting inspections, submitting test reports, and maintaining effective communication with the contracting officer throughout the project. This initiative represents a broader commitment to enhancing safety protocols and operational effectiveness within military installations.
Feb 13, 2025, 2:08 AM UTC
The document outlines a Request for Proposal (RFP) for the repair of a deteriorated wet chemical system located in Area IV, Korea. It specifies that only existing MAIDIQ contractors are eligible to submit proposals. The project, identified by number H3-00003-4J, involves a performance period of 10 days from the notice to proceed, with a total completion time of 300 days. Proposals must include a breakdown of costs including materials, labor, transportation, and other resources, adhering to strict criteria for acceptance and evaluation. The government sets an estimated price range for the project between $500,000 and $1,000,000. Essential details include a mandatory site visit for contractors, submission guidelines via the PIEE website, and potential penalties for failure to complete work on time. The selection process favors proposals that meet a Lowest Price Technically Acceptable standard, considering both technical capability and pricing as primary evaluation factors. Compliance with fiscal and regulatory requirements, including payment bonding and tax exemptions, is emphasized to ensure legitimate and transparent bidding under federal guidelines.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Pressure Wash of Exterior Building Walls for Area IV
Buyer not available
The Department of Defense, specifically the Department of the Army through the 646th Support Detachment, is soliciting offers for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the pressure washing of exterior building walls at USAG Daegu. Contractors are required to submit comprehensive technical proposals, including proof of relevant experience and qualifications of key personnel, as well as a complete price proposal, with an emphasis on both technical acceptability and price competitiveness. This service is crucial for maintaining the cleanliness and integrity of military facilities, ensuring they meet operational standards. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals electronically by the specified deadlines, with a site visit scheduled for March 5, 2025. For further inquiries, potential bidders can contact Kumson Yi at kumson.yi.civ@army.mil or by phone at 315-763-5686.
DISA Bldg 650 Fire Protection System Upgrade Yokota Air Base, Japan
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the fire protection system upgrade at Building 650, Yokota Air Base, Japan. The project entails the design and construction of new fire protection systems, including the installation of clean agent fire suppression systems, while removing outdated systems such as halon and Very Early Smoke Detection Apparatus (VESDA). This upgrade is crucial for enhancing facility safety and compliance with U.S. and Japanese building codes, ensuring modernized fire protection measures are in place. Interested contractors should reach out to Jiro Miyairi at jiro.miyairi.ln@usace.army.mil or Jennifer Knutson at jennifer.h.knutson@usace.army.mil for further details regarding the proposal requirements and submission timelines.
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.
Repair Roof and Exterior Paintings S-1064, Camp Casey(MATOC Only)
Buyer not available
Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking Roofing Contractors for the repair of the roof and exterior paintings at Camp Casey in DONGDUCHEONSI, Gyeonggi, KOREA, SOUTH. This Request for Proposal (RFP) is specifically issued to existing Area I & II General Construction Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ) Contractors. The contract number for this project is W91QVN-24-D-0001, 0002, 0003, 0004, 0005, 0006, 0007, 0008, 0009, 0010, 0011, 0012, 0013, 0014, 0015, 0016, 0017,0018, 0019, 0020, 0082, 0099, 0103, and 0107. The purpose of this procurement is to repair the roof and perform exterior paintings at Camp Casey, which is a military facility.
(MATOC) Refinish Pool Deck, Recaulk Pool Area and Replace Light Fixtures Bldg 265 at Camp Walker
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for a project to refinish the pool deck, recaulk the pool area, and replace light fixtures at Building 265 located at Camp Walker. This procurement aims to enhance the maintenance and safety of recreational facilities, ensuring they meet operational standards for use by military personnel and their families. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified under the PSC code Z1FB for Maintenance of Recreational Buildings. Interested contractors can reach out to Kumson Yi at kumson.yi.civ@army.mil or call 315-763-5686 for further details regarding the solicitation process.
Repair VMF, Building S-1753, Camp Casey (PWO #240699)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for the repair of the Vehicle Maintenance Facility (VMF), Building S-1753, located at Camp Casey, under Procurement Work Order 240699. The project involves the repair or alteration of industrial buildings, aligning with the NAICS code 236210 for Industrial Building Construction and PSC code Z2EZ. This opportunity is crucial for maintaining the operational readiness of military facilities, ensuring they meet safety and functional standards. Interested contractors can reach out to Chin Ok Han at chinok.han.ln@army.mil or by phone at 82503-322-1384 for further details regarding the solicitation process.
Preventive and Corrective Maintenance on Modula Vertical Lifts at DLA Distribution Depot Camp Carrol Korea
Buyer not available
The Defense Logistics Agency (DLA) is seeking contractors to provide preventive and corrective maintenance services for Modula Vertical Lift Modules (VLMs) at the DLA Distribution Depot in Camp Carroll, South Korea. The procurement involves a firm-fixed-price contract covering a base year and three option years, with a total potential value of $120,000 if all options are exercised, emphasizing the importance of maintaining operational efficiency for Automated Storage and Retrieval Systems (ASRS) equipment. Interested bidders must demonstrate technical capability and past performance relevant to similar projects, with quotations due by March 25, 2025. For further inquiries, contact Steven Lesh at Steven.Lesh@dla.mil or call 717-770-8453.
BEQ Repair AS4212
Buyer not available
The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, identified as N4008523B0035, involves comprehensive renovations with an estimated cost between $10 million and $25 million, to be completed within 730 days after award. The work will adhere to strict safety and environmental regulations, including compliance with the International Building Code and Department of Defense guidelines, ensuring high standards for military facilities. Interested contractors must submit their proposals by March 24, 2025, and can contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
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.
B3323 Fire Riser
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "B3323 Fire Riser" project at Goodfellow Air Force Base in Texas. This procurement involves the removal and replacement of a pre-action fire riser valve and associated piping, with a total project value under $25,000 and a completion timeline of 60 days from the start date, which is expected to be within 10 calendar days of contract award. The project is critical for maintaining fire safety infrastructure, ensuring compliance with safety and operational standards in government facilities. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by the specified deadlines and can direct inquiries to Ryan Ramjit at ryan.ramjit.2@us.af.mil or SrA Gonzalo Loaiza at gonzalo.loaizaalzate@us.af.mil for further information.