Amerex Halotron Fire Extinguisher Inspection, Maintenance, and Repair, Multiple Locations
ID: N6883625Q0021Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR JACKSONVILLEJACKSONVILLE, FL, 32212-0097, 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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 5:00 PM UTC
Description

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.

Files
Title
Posted
Apr 9, 2025, 3:08 PM UTC
The document concerns Solicitation # N6883625Q0021, which pertains to the inspection, maintenance, and repair of Amerex Halotron Fire Extinguishers across multiple locations. This solicitation is a new requirement, and there is no current or previous incumbent contractor for these services, as confirmed in responses to inquiries from potential quoters. The purpose of the amendment is to clarify these points while indicating that all other terms and conditions of the solicitation remain unchanged. Interested quoters are required to acknowledge this amendment by signing, ensuring compliance and awareness of the solicitation details.
Apr 9, 2025, 3:08 PM UTC
The document is an amendment to the solicitation N6883625Q0021 for the inspection, maintenance, and repair of Amerex Halotron fire extinguishers. It addresses specific questions from potential offerors regarding various logistical and contractual details. Key points include: - Previous inspection reports for the fire extinguishers are not available. - The Fire and Emergency Services (F&ES) staff will be responsible for relocating the extinguishers to a central location, negating the need for contractors to transport them or hold a USDOT RIN. - The government will not waive NIST 800-171 compliance requirements, despite claims that it would reduce costs. - The cost for recharging extinguishers is covered under specific CLINs, with details clarified regarding financial documentation requirements for offerors. This amendment serves to clarify the government's expectations and responsibilities within the procurement process, ensuring a clear understanding of the scope of work and financial obligations for contractors involved in this federal contract initiative. The document aims to facilitate informed proposals and maintain compliance during the bidding process.
Apr 9, 2025, 3:08 PM UTC
The FY25 Commander Navy Region Southeast Fire and Emergency Services (F&ES) contract outlines requirements for the maintenance, inspection, and repair of wheeled Halotron fire extinguishers across several naval installations. This non-personal service contract is crucial for ensuring compliance with National Fire Protection Association (NFPA) standards and maintaining effective firefighting capabilities to protect Navy assets. The contract specifies a base year of six-year comprehensive maintenance, alongside annual inspections in subsequent years for various installations including NAS Corpus Christi and NAS Key West. The contractor must ensure that no more than 10% of extinguishers are out of service at any time and adhere to all applicable safety regulations. Key deliverables include a Plan of Actions and Milestones (POAM), Work Order Summaries, and Safety Plans submitted in specified formats. Additionally, the contractor is required to maintain operational availability during normal hours, coordinate maintenance schedules with installation officials, and comply with safety and environmental regulations. This contract reflects the Navy’s commitment to safety and compliance while requiring detailed adherence to best practices in fire safety management.
Apr 9, 2025, 3:08 PM UTC
The provided document outlines a Request for Proposal (RFP) regarding the provision of on-site inspection and maintenance services for B673 AMEREX 65 LB. 4A 80B:C HALOTRON Wheeled Flight line fire extinguishers across various U.S. Navy and Marine Corps bases. The contract spans over four option years with detailed quantities and cost estimates, including a not-to-exceed (NTE) total of $75,000 for specific tasks. The document specifies services required at several locations, including NAS Corpus Christi, NAS Key West, NAS Kingsville, NAS Meridian, NAS Pensacola, NAS Jacksonville, NS Mayport, and NAS Whiting Field, ensuring adherence to established Performance Work Specifications (PWS) across all locations. Additionally, the proposal includes provisions for labor, parts, and materials needed for repair. Total contract value for the stipulated service and repairs amounts to $375,000. All pricing entries must be accurately recorded by the quoter in designated unit price cells, emphasizing the importance of maintaining price integrity in the bid. This RFP demonstrates the federal government's ongoing commitment to ensuring safety and compliance through systematic maintenance of crucial firefighting equipment.
Apr 9, 2025, 3:08 PM UTC
The provided document introduces guidelines for federal and state/local Requests for Proposals (RFPs) and grants related to various government projects. Its primary focus is to enhance the efficiency and accountability of funding processes. Key ideas include the importance of transparency in proposal submissions, evaluation criteria for selecting contractors, and compliance with federal regulations. It emphasizes the need for stakeholders to develop comprehensive project plans, outline deliverables, and risk management strategies. The document structures its content to guide applicants on eligibility requirements, funding mechanisms, and timelines for submission. By establishing clear expectations and procedures, the document aims to streamline the allocation of resources while ensuring projects meet public needs and standards. The overall emphasis is placed on fostering collaboration between government entities and project vendors, ensuring that awarded contracts lead to successful and impactful outcomes.
Apr 9, 2025, 3:08 PM UTC
The NAVSUP FLCJ Solicitation N68836-25-Q-0021 outlines a request for flight-line wheeled fire extinguishers, essential for protecting Navy assets as per NAVAIR standards. The solicitation seeks maintenance, inspection, repairs, and testing in compliance with the National Fire Protection Association standards. This project is designated as a Total Small Business Set-Aside, allowing only small businesses to submit quotes. Responses are due by April 25, 2025, with the contract period starting June 1, 2025, for one base year and four option years extending until May 30, 2030. Performance locations include various Naval Air Stations across Texas and Florida. The document details required contractor qualifications, terms, and conditions for participation, including adherence to specific Federal Acquisition Regulation clauses. It emphasizes the use of specific fire extinguisher models and outlines the necessary documentation for offerors. This solicitation reflects the government's effort to enhance fire safety compliance within military operations, ensuring high standards are maintained in protecting personnel and equipment.
Apr 9, 2025, 3:08 PM UTC
The NAVSUP FLCJ Solicitation N68836-25-Q-0021 is a combined synopsis solicitation for the maintenance, inspection, repair, and testing of flight-line wheeled fire extinguishers at various Naval Air Stations. The solicitation identifies the requirement for compliance with the National Fire Protection Association Standard 10 and includes a total small business set-aside. The contract period includes a base year from June 1, 2025, to May 31, 2026, with four option periods extending through May 2030. The offerors are required to submit their quotations by April 25, 2025. The attached Performance Work Statement provides specific details on requirements, while the Quote Template outlines the expected line items and quantities. The solicitation emphasizes adherence to federal regulations, including provisions related to small business participation and compliance with safety standards. This solicitation represents a critical procurement effort aimed at ensuring the operational readiness and safety of Navy assets through the provision of reliable fire extinguishing services.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
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, North Carolina. The contractor will be responsible for the maintenance, repair, and recharge of 140 Halotron flightline fire extinguishers, ensuring compliance with established standards, including six-year maintenance and twelve-year hydrostatic testing. This procurement underscores the importance of maintaining critical fire safety equipment to ensure operational safety. Interested contractors must submit their bids by April 21, 2025, and can direct inquiries to Monica R. Thomas at monica.r.thomas.civ@usmc.mil or Michael Dobbins at michael.dobbins@usmc.mil for further information.
42--EXTINGUISHER,FIRE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of fire extinguishers under the title "42--EXTINGUISHER, FIRE." This requirement involves a spares buy utilizing competitive procedures, with the contract awarded to the offeror providing the lowest price technically acceptable (LPTA) quote. Fire extinguishers are critical for ensuring safety and compliance in various military operations and facilities. Interested vendors must submit their quotes via email to Jessica P. Laychock at jessica.p.laychock.civ@us.navy.mil by the specified closing date outlined in the solicitation.
Halon Fire Extinguisher Inspections
Buyer not available
The Department of Defense, specifically the Maryland Air National Guard, is seeking vendors to conduct annual and periodic inspections of Amerex 600K 150lb wheeled Halon (1211) fire extinguishers. The procurement requires vendors to pick up the fire extinguishers in a phased approach and complete the necessary inspections as outlined in the statement of work. This opportunity is a total small business set-aside under NAICS code 922160, emphasizing the importance of fire safety equipment inspections for military operations. Interested vendors can contact Michael Dombkiewicz at michael.dombkiewicz.2@us.af.mil or 410-918-6218, or MSgt Brandon Council at brandon.council.7@us.af.mil or 410-918-6454 for further details.
FIRE FIGHTING EQUIPMENT
Buyer not available
The Department of Defense, through the Strategic Weapons Facility Atlantic (SWFLANT), is seeking to procure brand-name firefighting equipment, specifically fire hoses and nozzles, to ensure compatibility with existing gear at the Naval Submarine Base in Kings Bay, Georgia. This procurement, valued at approximately $33,294.19, is critical for maintaining operational readiness and safety, particularly at the Explosive Handling Wharf, where specific thread patterns are essential for proper equipment functionality. Interested small businesses must submit their firm-fixed-price quotations by April 16, 2025, and ensure compliance with all specifications outlined in the solicitation. For further inquiries, potential offerors can contact the SPK12 Contracts/Procurement Division via email at SPK12CONTRACTS@SWFLANT.NAVY.MIL or reach out to Shakayla Tucker at 912-573-0224.
FIRE EXTINGUISHERS MAINTENANCE
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Sigonella, is soliciting quotations for fire extinguisher maintenance services at the U.S. Navy Hospital and its ancillary clinics in Naples, Italy. The procurement requires contractors to provide both scheduled and unscheduled maintenance for various fire extinguishers, ensuring compliance with local Italian maintenance standards and safety regulations. This service is critical for maintaining operational safety and readiness at naval facilities, emphasizing the importance of timely communication and adherence to safety protocols. Interested contractors must submit their technical and price proposals, and are encouraged to contact Paola Gargiulo at paola.gargiulo.ln@us.navy.mil or by telephone at 00390815684241 Ext: 4241 for further details.
42--EXTINGUISHER,FIRE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of fire extinguishers under solicitation number NSN 4210014673615. The requirement includes a total of 15 units to be delivered to DLA Distribution San Joaquin within 258 days after order placement. Fire extinguishers are critical for ensuring safety and compliance in various military and operational environments. Interested vendors, particularly small businesses, are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
Fire Bottle Service BPA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide fire bottle inspection, maintenance, and repair services at Hurlburt Field, Florida, under a Blanket Purchase Agreement (BPA). The contractor will be responsible for ensuring compliance with safety standards and manufacturer specifications for various fire extinguishers, as detailed in the attached Statement of Work (SOW). This procurement is critical for maintaining fire safety equipment essential for military operations, and the total dollar limit for the BPA is set at $250,000, with a maximum call limit of $25,000. Interested parties must submit their proposals by April 21, 2025, and are encouraged to contact Gery Reyes Ramos or Abigail Turek for further information.
SHEN - Fire Extinguisher Inspections and Service
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting quotations for fire extinguisher inspection and maintenance services at Shenandoah National Park. The procurement aims to ensure compliance with fire safety standards through scheduled inspections and maintenance, with options for additional services as needed. This contract is crucial for maintaining safety protocols in federal park facilities, and it is set aside for small businesses under NAICS code 811310, with a size standard of $12.5 million. Interested vendors must submit their quotes by April 22, 2025, and are required to be registered in the System for Award Management. For further inquiries, Eric Hubbell can be contacted at erichubbell@nps.gov or by phone at 484-269-7159.
42--EXTINGUISHER,FIRE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of fire extinguishers, specifically NSN 4210015503888, with a requirement for 10 units. These fire extinguishers are critical for ensuring safety and emergency preparedness within military operations and facilities. Interested vendors are invited to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within 150 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
42--EXTINGUISHER,FIRE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 1,000 fire extinguishers under solicitation number NSN 4210124246578. This procurement is set aside for small businesses and aims to ensure the availability of essential fire safety equipment for military operations. The selected vendor will be responsible for delivering the extinguishers to DLA Distribution within 93 days after order placement. Interested parties should submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.