MAINTENANCE AND SERVICING OF AIRCRAFT FIRE TRAINING FACILITY AND STRUCTURAL FIRE TRAINING FACILITY
ID:  FA446024Q0012 Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4460 19 CONS PKALITTLE ROCK AFB, AR, 72099-4971, USA

NAICS

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

PSC

INSPECTION- FIRE CONTROL EQUIPMENT (H312)

Set Aside

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

    The Department of Defense, through the 19th Airlift Wing at Little Rock Air Force Base, is soliciting proposals for the maintenance and servicing of the Aircraft Fire Training Facility (AFTF) and Structural Fire Training Facility (SFTF). The contract, designated as RFQ FA4460-24-Q-0012, requires small businesses to provide comprehensive maintenance services, including scheduled inspections, repairs, and compliance with safety standards, over a five-year period from October 2, 2024, to April 1, 2030. This procurement is critical for ensuring the operational effectiveness and safety of fire training facilities, which play a vital role in preparing personnel for emergency situations. Interested vendors must submit their quotations by August 22, 2024, and are encouraged to attend a site visit on July 24, 2024, to better understand the requirements; for inquiries, contact Saraetta Alexander at saraetta.alexander@us.af.mil or Camille Drackette at camille.drackette@us.af.mil.

    Files
    Title
    Posted
    The document outlines a comprehensive list of components for maintenance, specifically focusing on the replacement and repair needs of crucial equipment. Each component is identified along with specific instructions for when to repair or replace, which include considerations for functionality and condition—particularly emphasizing replacement when items are non-functional or damaged/corroded. Notably, items such as igniters, valves, and air compressors are included. The document also highlights various operational activities related to environmental management, such as winterization and pond decommissioning. This structured parts list serves as a guide for government contractors or maintenance personnel engaged in these maintenance and repair tasks, ensuring compliance with operational standards typically associated with federal or local government projects. The detailed treatment of parts and conditions underscores the importance of systematic upkeep in securing operational efficiency and safety in public service environments.
    The government agency seeking to maintain and repair ground ladders used in their operations. The focus is on replacing functional components such as heat sensors, rungs, labels, and rung guards, with corresponding labor costs. As needed, ladders will also be waxed and hinge points lubricated, with these services also listed on a per ladder basis. The RFP outlines a comprehensive parts and labor pricing structure, aiming to ensure the ladders are in optimal condition.
    The Department of the Air Force, specifically the 19th Airlift Wing at Little Rock Air Force Base, is seeking proposals for the maintenance and servicing of the Aircraft Fire Training Facility and Structural Fire Training Facility. This solicitation, identified as RFQ FA4460-24-Q-0012, is exclusively open to small businesses under the NAICS code 811310, with a size standard of $12.5 million. Vendors must fill out a detailed parts listing for evaluation, and services must be performed in accordance with the Performance Work Statement attached. A mandatory site visit is scheduled for July 24, 2024, and firms interested in submitting bids must do so by August 22, 2024. The contract period spans from October 2, 2024, to April 1, 2030. The document outlines requirements, specifications for inspections and repairs, and various clauses related to labor laws and small business participation. It emphasizes the Air Force's commitment to engaging small businesses and ensuring compliance with safety and service standards for fire training facilities.
    The document is a Performance Work Statement (PWS) for a nonpersonal services contract aimed at maintaining and servicing the Aircraft Fire Training Facility (AFTF) and Structural Fire Training Facility (SFTF) at Little Rock Air Force Base, Arkansas, covering a period of five years. The contractor is required to provide all necessary services, including management, personnel, equipment, and supplies to ensure the facilities' operational effectiveness while adhering to relevant guidelines and regulations. Key tasks include performing inspections, testing, and maintenance, with two mandatory inspections scheduled semi-annually. The contractor must submit written inspection reports and repair estimates within ten days of each inspection, ensuring all facilities remain compliant with safety standards. Additionally, the contractor must maintain a comprehensive quality control program, secure environmental compliance, and manage safety protocols, particularly concerning hazardous materials. The contractor will be evaluated on performance metrics, including the operational condition of equipment and timely report submissions, with corrective action measures in place for any nonconformance. Overall, this PWS outlines a rigorous framework for ensuring that fire training facilities remain safe, effective, and in compliance with all applicable regulations, underscoring the government’s commitment to operational excellence and safety in training environments.
    The document serves as a Wage Determination under the Service Contract Act (SCA) by the U.S. Department of Labor, detailing minimum wage rates and fringe benefits for various occupations in designated Arkansas counties. Contracts entered or renewed after January 30, 2022, are mandated to pay covered workers at least $17.20 per hour, aligning with Executive Order 14026. If awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $12.90. The document includes a comprehensive chart of occupations with corresponding codes, wage rates, and applicable benefits. Key benefits include health and welfare provisions of $5.36 per hour, vacation entitlements, and paid holidays. Specific requirements for paid sick leave under EO 13706 also apply. Additionally, it outlines the conformance process for unlisted classifications. The overall aim of the document is to ensure fair compensation and working conditions for employees under federal contracts, promoting labor standards compliance in the federal sector, crucial in the context of government RFPs and grants. The registration also underscores the need for compliance with labor laws and says that certain wage conditions may not apply under specific circumstances, thus ensuring that contractors are well-informed of their obligations.
    Lifecycle
    Similar Opportunities
    Flashover Trainer
    Active
    Dept Of Defense
    The Department of Defense, specifically the 17th Contracting Squadron at Goodfellow Air Force Base in Texas, is soliciting proposals for the installation of a Flashover Trainer. The contractor will be responsible for providing all necessary personnel, equipment, tools, materials, transportation, labor, and supervision to install the trainer on an existing concrete pad, adhering to the specifications outlined in the Statement of Work and salient characteristics documents. This trainer is crucial for enhancing fire training capabilities, ensuring compliance with National Fire Protection Association standards, and supporting effective emergency response training. Interested small businesses must submit their quotes by 1 PM CST on September 13, 2024, and are encouraged to direct any questions to the primary contact, Christopher Mendoza, at christopher.mendoza.17@us.af.mil or by phone at 325-654-5871.
    82 CEF Fire Safety Trailer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for a Fire Safety Prevention Trailer equipped with an ADA Accessibility Ramp, intended for Sheppard Air Force Base in Texas. The procurement aims to acquire a V-Nose trailer that meets specific requirements outlined in the Statement of Work, including essential firefighting training equipment and compliance with ADA Title III standards. This initiative is crucial for enhancing fire safety education and ensuring accessibility for individuals with disabilities, addressing the inadequacies of the current unit. Interested vendors must submit their quotes via email by 2:00 PM CDT on September 12, 2024, with all quotes remaining valid until September 30, 2024. For further inquiries, potential offerors can contact Ryan Kulpa at ryan.kulpa@us.af.mil or Lauren Scheidegger at lauren.scheidegger@us.af.mil.
    Remove, Furnish and Install Fire Alarm B335
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the removal, furnishing, and installation of a new fire alarm system at Building 335, Little Rock Air Force Base, Arkansas. The contractor will be responsible for providing all necessary personnel, tools, equipment, and materials to install a Monaco basic fire alarm system, ensuring compliance with all applicable federal, state, and local regulations, and completing the project within 180 days of contract award. This initiative is crucial for enhancing fire safety measures at the facility, and the contract is set aside for small businesses under NAICS code 561621. Interested contractors must submit their proposals by September 12, 2024, and direct any inquiries to A1C Caleb Munyi at caleb.munyi.ke@us.af.mil or Dimas Bernacchia at dimas.bernacchia.1@us.af.mil.
    Kitchen Hoods & Fire Suppression System Inspection, Repair, & Maintenance (Service)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the inspection, repair, and maintenance of kitchen hoods and fire suppression systems at F.E. Warren Air Force Base and associated Missile Alert Facilities. The contractor will be responsible for conducting semi-annual inspections, maintenance, and emergency repairs, ensuring compliance with applicable standards and regulations, and providing timely reports on services performed. This procurement is critical for maintaining operational readiness and safety within military facilities, emphasizing the importance of effective fire suppression systems. Interested contractors must submit their written quotations by September 11, 2024, at 9:00 AM MDT, and are encouraged to contact Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil for further information.
    Cheyenne Mountain SFS Fire Equipment Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the 21st Contracting Squadron, is seeking quotations for a Firm Fixed Price (FFP) contract to provide comprehensive maintenance and testing services for firefighting equipment at Cheyenne Mountain Space Force Station in Colorado. The procurement aims to ensure compliance with industry standards through annual inspections and maintenance testing, which includes tasks such as compressor servicing, breathing air testing, and hose testing, all while adhering to safety and environmental regulations. This contract is critical for maintaining operational readiness and safety standards for firefighting equipment, reflecting the government's commitment to quality assurance and regulatory compliance. Quotations are due by September 16, 2024, and interested parties must be registered in the System for Award Management (SAM) and can contact MSgt Eric Wienke at eric.wienke@spaceforce.mil or 719-556-5386 for further information.
    USAFA Fire Department Personal Protective Equipment Cleaning, Inspections, and Maintenance Services
    Active
    Dept Of Defense
    The Department of the Air Force, through the U.S. Air Force Academy, is seeking quotations for Blanket Purchase Agreements (BPAs) for the cleaning, inspection, and maintenance of firefighter personal protective equipment (PPE). The procurement aims to ensure compliance with National Fire Protection Association (NFPA) 1851 standards, which are critical for maintaining the safety and effectiveness of firefighting gear. The contract, identified by solicitation number FA700024Q0048, will cover a five-year ordering period from August 1, 2024, to July 31, 2029, with a total ceiling of $460,000. Interested vendors must submit their quotes by September 10, 2024, and can contact Leila Bussey at leila.bussey@us.af.mil or Cierra Fitzgerald at cierra.fitzgerald.1@us.af.mil for further information.
    Lion Fire Training Panel System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a Lion Fire Training Panel System to enhance fire training capabilities at Sheppard Air Force Base in Texas. The requirement includes the acquisition of specific training equipment, namely the LION Attack Digital Fire Training Panels, which are designed to integrate with existing training systems and improve the safety and effectiveness of firefighter training. This procurement reflects the government's commitment to providing advanced training tools that foster preparedness among fire personnel. Interested vendors must submit their quotes by 2:00 PM CST on September 10, 2024, and ensure that all submissions remain valid through September 30, 2024. For further inquiries, potential contractors can contact Cole Jones at cole.jones.6@us.af.mil or Ryan Kulpa at ryan.kulpa@us.af.mil.
    Flightline Fire Extinguisher
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Flightline Fire Extinguisher Inspection and Maintenance Services for the California National Guard. The procurement involves servicing a total of 87 Buckeye K-350 RG Portable Wheeled Fire Extinguishers across multiple airfields in California, ensuring compliance with NFPA-10 standards and federal regulations. This contract is critical for maintaining safety standards at military airfields, with a performance period extending from September 30, 2024, through September 2029. Interested small businesses must submit their proposals by September 16, 2024, and can direct inquiries to Kaipo Kim at kaipo.h.kim.civ@army.mil or by phone at 808-861-9563.
    Repair Fire Protection Tech Training, Multi Facilities project located at Sheppard AFB, Texas
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Repair Fire Protection Tech Training project at Sheppard Air Force Base in Texas. This procurement aims to address the repair and alteration of multiple facilities, utilizing a Two-Step Sealed Bidding method as outlined in FAR Part 14.5, with the first step focusing solely on technical proposals. The project is significant, with a construction magnitude estimated between $10 million and $25 million, and falls under the NAICS code 236220 for Commercial and Institutional Building Construction. Interested parties can reach out to Lindsey Byfield at lindsey.m.byfield@usace.army.mil or call 918-669-7070 for further details.
    FIGHTER WARBIRD P/TF-51 Service (5 Years)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide Fighter Warbird services, including a single-engine P/TF-51 aircraft and qualified flight instructors, for the U.S. Air Force Test Pilot School at Edwards Air Force Base, California. This five-year contract, under Solicitation Number FA9300-24-R-5006, requires services such as pilot instruction, maintenance personnel, sortie hours, ferrying, and fuel, with operations anticipated to commence on October 1, 2024, and conclude on September 30, 2029. The contract emphasizes compliance with safety and operational standards, ensuring that all services meet government regulations, and will be evaluated based on both technical capability and pricing. Interested parties must submit their quotes electronically by September 12, 2024, to the designated contacts, Justin T. Fobel and Maria Estevane, at the provided email addresses.