152 MXG Flight line Fire Extinguisher Service
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NM USPFO ACTIVITY NVANG 152RENO, NV, 89501-4494, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS (J042)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Army National Guard, is seeking a contractor to provide fire extinguisher servicing for flightline fire bottles at a military installation in Reno, Nevada. The procurement involves essential maintenance services, including 6 and 12-year inspections and hydrostatic testing, which are critical for maintaining operational readiness of aircraft fire safety equipment. Summit Fire & Security has been identified as the sole source provider capable of meeting these urgent requirements expediently, with an estimated total cost of $6,050. Interested parties can contact Keith Trimble at keith.trimble.1@us.af.mil or Alex Norris at alex.norris@us.af.mil for further details.

Files
Title
Posted
Apr 10, 2025, 9:05 PM UTC
The Performance Work Statement (PWS) outlines the requirements for maintenance services of flightline fire bottles at a military installation in Reno, NV. The contractor is responsible for all personnel, tools, and quality control necessary to service and hydrostatically test the fire bottles, which are to be maintained in accordance with NFPA 10 standards. The contract covers a period of 30 base days and emphasizes the importance of maintaining a stable workforce, adhering to strict security, identification, and training protocols for contractor employees. Key operational details specify that services are to be performed during standard business hours, excluding recognized holidays. The contractor must develop a Quality Control Plan submitted to the designated Government Representative within ten days of contract award. All personnel must comply with security regulations, undergo required training, and handle sensitive information in accordance with government directives. The contractor must also ensure protection of Personally Identifiable Information (PII) and develop an Operations Security (OPSEC) Plan. This document serves as a comprehensive guide for the solicitation of contractor services required to maintain essential safety equipment, ensuring compliance with federal standards and military operational readiness.
The Limited Competition Request from the National Guard Bureau seeks sole source procurement for fire bottle servicing, specifically the 6 and 12-year inspection and hydrostatic testing. The estimated total cost for the required service is $6,050. The justification for sole sourcing is based on the urgent need to maintain operational readiness of aircraft flightline fire bottles, which are critical due to mission demands. Summit Fire & Security, a certified local vendor, is specified as the only provider who can perform the necessary tests expediently. Previous procurement history is noted, ensuring compliance with federal regulations under FAR requirements for limited competition. The documentation specifies that this action is justified under FAR 6.302-1, citing the lack of alternative sources that can meet the agency’s needs adequately and on time. The process outlines necessary approvals and reviews before finalization. This request illustrates the procedural steps taken by federal entities to ensure compliance while addressing mission-critical needs swiftly.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Fire Extinguisher Maintenance Services
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for fire extinguisher maintenance services at Marine Corps Air Station New River in North Carolina. The contractor will be responsible for the maintenance, repair, and recharge of 140 Halotron flightline fire extinguishers, which includes six-year maintenance and twelve-year hydrostatic testing, all in compliance with specified standards and regulations. This procurement is critical for ensuring operational safety through the proper maintenance of essential fire safety equipment. Interested contractors must submit their bids by May 5, 2025, at 2:00 PM, and are encouraged to contact Monica R. Thomas at monica.r.thomas.civ@usmc.mil or Michael Dobbins at michael.dobbins@usmc.mil for further information.
Amerex Halotron Fire Extinguisher Inspection, Maintenance, and Repair, Multiple Locations
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide inspection, maintenance, and repair services for Amerex Halotron fire extinguishers at various Naval Air Stations. The contract requires compliance with National Fire Protection Association (NFPA) standards and aims to ensure the operational readiness and safety of Navy assets through reliable fire extinguishing services. This procurement is critical for maintaining effective firefighting capabilities and includes a base year from June 1, 2025, to May 31, 2026, with four option years extending through May 2030. Interested parties must submit their quotations by April 25, 2025, and can contact Kyle Smigelski at kyle.a.smigelski.civ@us.navy.mil or 904-542-1264 for further information.
152 AW Base-wide Exterior Fall Protection Equipment_Install
Buyer not available
The Department of Defense, through the Nevada Air National Guard's 152 Mission Support Contracting Office, is seeking qualified contractors to provide and install exterior fall protection systems for various buildings at their facility in Reno, Nevada. The procurement involves a Firm Fixed Price Purchase Order that requires the contractor to supply all necessary labor, materials, tools, and equipment to complete the installation in accordance with the provided Performance Work Statement. This project is critical for ensuring safety compliance and operational efficiency within the facility. Interested parties should direct inquiries to Alex Norris at alex.norris@us.af.mil or Keith Trimble at keith.trimble.1@us.af.mil, with the opportunity set aside for small businesses under SBA guidelines. Quotes are being requested, and no written solicitation will be issued.
Fire Training Facility Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance and inspection services for the Aircraft Fire Training Facility (AFTF) and the Structural Fire Training Facility (SFTF) at Hurlburt Field, Florida. The contractor will be responsible for ensuring the operational effectiveness and safety of these facilities by conducting inspections, performing repairs, and adhering to all relevant safety and compliance standards, including Air Force guidelines and federal regulations. This procurement is critical for maintaining the safety and readiness of training operations for firefighters, with an estimated contract value of $12.5 million and a total small business set-aside. Interested parties must submit their proposals by April 28, 2025, and can direct inquiries to Peyton Cole at peyton.cole@us.af.mil or Rowan Thom at rowan.thom.1@us.af.mil.
Repair Fire Suppression
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of fire suppression systems at the 153d Airlift Wing located at Cheyenne Regional Airport in Wyoming. The contractor will be responsible for conducting visual inspections, replacing mechanical seals and solenoid valves on fire pumps, and ensuring the system's operational integrity through comprehensive testing and client approval. This project is critical for maintaining safety standards and operational readiness of fire protection systems within government facilities. Interested small businesses must submit their proposals by May 6, 2025, and can contact Kristopher Kahle at kristopher.kahle@us.af.mil or Christopher Davalos at christopher.davalos.1@us.af.mil for further information.
Fire Hose Testing
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a contract related to fire hose testing at Wright Patterson Air Force Base in Ohio. The procurement aims to secure commercial services for the inspection and testing of approximately 35,000 feet of firefighting hoses and associated nozzles, ensuring compliance with the National Fire Protection Association (NFPA) standards. This initiative is critical for maintaining the operational readiness and safety of firefighting equipment, which plays a vital role in emergency response efforts. Interested small businesses must submit their proposals electronically by 10:00 AM EDT on April 25, 2025, with a total contract value estimated at $47 million. For further inquiries, potential bidders can contact David Suttling or Edward A. Huchison via email.
Lock & Dam 5A AFFF Extinguisher Cleanout
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors for the cleanout of a Film Forming Fluoroprotein (FFFP) extinguisher cart located at Lock and Dam 5A in Fountain City, Wisconsin. The contractor will be responsible for disabling and emptying the extinguisher, disposing of its contents, cleaning the vessel, and providing documentation of the disposal process. This service is crucial for maintaining safety and compliance with fire protection standards, as the extinguisher is a government-owned asset that must remain in custody after the work is completed. The total contract value is estimated at $16,500,000, with a completion deadline set for June 30, 2025. Interested parties should contact Karl Just at karl.p.just@usace.army.mil or 651-290-5768 for further details.
Fire Extinguisher
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting bids for the procurement of fire extinguishers, specifically under solicitation number SPRDL1-24-R-0129. The contract requires the supply of 281 units of fire extinguishers, adhering to strict quality standards and technical specifications, with a delivery timeline of 260 days post-award. This procurement is crucial for maintaining operational readiness and safety within military environments. Interested vendors must register on SAM.gov to access the technical data package and submit their capability statements to the primary contact, Sabrina Krafft, at sabrina.krafft@dla.mil, by the specified deadlines.
Fire Alarm Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for fire alarm maintenance services at Offutt Air Force Base in Nebraska. The project involves replacing and testing fire alarm control panels and devices in three buildings: Building 123, Building 441, and Building 584, ensuring compliance with safety standards and operational functionality. This procurement is part of a broader initiative to maintain secure facilities and is set aside for small businesses under the SBA's Total Small Business Set-Aside program, with an estimated contract value of $25 million. Interested contractors must submit their proposals electronically by May 1, 2025, and can direct inquiries to Morgan Hockaday at morgan.hockaday@us.af.mil or Austin D. Palrang at austin.palrang@us.af.mil.
Solicitation Fort Sill, OK Fire Extinguisher BPA
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Sill, Oklahoma, is soliciting proposals for a Blanket Purchase Agreement (BPA) focused on the maintenance and inspection of fire extinguishers. This procurement aims to ensure compliance with safety standards by providing monthly and yearly inspections, thorough examinations, and necessary maintenance services for fire extinguishers utilized by various units on the installation. The selected contractors will be responsible for maintaining records and performing services in accordance with NFPA 10 standards, with the government planning to award contracts to up to three vendors based on the best value pricing. Proposals are due by May 14, 2025, following a Q&A period that ends on April 29, 2025, and interested parties must ensure they are registered in the System for Award Management (SAM) prior to award. For further inquiries, potential offerors can contact Sommer Roach at sommer.p.roach.civ@army.mil or Brandi O'Daniel at brandi.l.odaniel.civ@army.mil.