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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    42--EXTINGUISHER,FIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of fire extinguishers, specifically NSN 4210013887854. The requirement includes a total of 900 units to be delivered to the DLA Distribution San Joaquin within 195 days after order, along with an additional unit to be delivered within 120 days. Fire extinguishers are critical for ensuring safety and compliance in various operational environments, making this procurement essential for maintaining safety standards. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes electronically by the specified deadline, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    42--EXTINGUISHER,FIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of fire extinguishers, specifically NSN 4210015205525. The requirement includes the delivery of 25 units and 50 units to DLA Distribution Albany, with a delivery timeline of 68 days after order placement. Fire extinguishers are critical for safety and emergency response in various military and civilian applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Fire Extinguisher
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a firm-fixed-price, three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for fire extinguishers (NSN 4210-01-677-2080) to support Joint Light Tactical Vehicle (JLTV) units. The procurement requires offers for a total quantity of up to 281 units, with a guaranteed minimum of 14 units, and submissions must be made for the entire quantity across all three ordering years, as partial offers will not be considered. These fire extinguishers are critical for ensuring safety and compliance in military operations. Interested vendors should submit their proposals via email to the primary contact, Stephen Granch, at Stephen.Granch@dla.mil by the specified due date, with deliveries commencing 455 days after the order date, and shipments directed to the Defense Distribution Depot Red River.
    42--EXTINGUISHER,FIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 3,000 fire extinguishers under solicitation number NSN 4210011491356. These extinguishers are critical for fire safety and emergency response, ensuring the protection of personnel and property in various operational environments. The solicitation is set aside for Women-Owned Small Businesses (WOSB), and all responsible sources are encouraged to submit their quotes electronically, as hard copies will not be available. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, with the deadline for quote submission being 94 days after the award date.
    1377-01-454-7651; SS66; Cartridge, Fire Extinguisher
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of the CCU-121/A Fire Extinguisher Cartridge (NSN 1377-01-454-7651). This competitive solicitation requires compliance with strict technical specifications, including the submission of first article test samples, production lot test samples, and adherence to quality control measures as outlined in MIL-DTL-82946 (OS) and related standards. The cartridges are critical safety items used in various military applications, necessitating rigorous inspection and acceptance processes at both the contractor's facility and the delivery destination. Interested vendors should contact Taytiana Quiero at taytiana.e.quiero.civ@us.navy.mil or by phone at 771-229-0433 for further details, as the solicitation emphasizes the importance of safety and compliance in handling explosive materials.
    52000QR260001472 USCGC BAILEY BARCO FM200 AND GALLEY HOOD INSPECTION
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to conduct inspection and testing of the fire suppression systems aboard the CGC Bailey Barco, including five-year visual inspections for six FM200 cylinders and hydrostatic testing of the galley system. This procurement is critical for ensuring the operational readiness and safety compliance of the cutter's fire suppression systems, adhering to established maintenance procedures and industry standards. Interested vendors must have trained personnel with relevant experience in marine Chemetron Fire Systems and are required to submit their proposals by December 17, 2025, with the work to be completed by December 30, 2025. For further inquiries, vendors can contact Timothy Ford at timothy.s.ford@uscg.mil or Joshua Miller at joshua.n.miller@uscg.mil.
    Live Fire Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors to provide live fire service inspections and maintenance for Structural Fire Training Facilities (SFTF) and Aircraft Fire Training Facilities (AFTF) at Joint Base San Antonio (JBSA). The procurement requires contractors to conduct annual and semi-annual inspections, ensure compliance with relevant safety standards, and perform general maintenance and repairs, including environmental compliance and safety measures. This opportunity is crucial for maintaining the operational readiness and safety of fire training facilities, which are essential for training personnel in emergency response. Interested small businesses must submit their responses by December 22, 2025, at 3:00 PM Central Time, and can direct inquiries to Laura Herring at laura.herring.2@us.af.mil or Brent Paul at brent.paul.1@us.af.mil.
    PANEL, FIRE ALRM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of fire alarm panels. The contract requires the manufacture and design of the fire alarm panel to meet specific technical requirements, including compliance with standards set by Honeywell Life Safety and the exclusion of mercury in the materials used. These panels are critical for ensuring safety and compliance in naval operations. Interested vendors should direct inquiries to Jon Zeigler at 564-230-3806 or via email at JON.ZEIGLER.CIV@US.NAVY.MIL, and must be prepared to submit their proposals within the specified timeframe, with pricing valid for 60 days post-quotation submission.
    Fire Alarm Suppression System Services for USCG Base New Orleans
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide fire alarm suppression system services at the Coast Guard Base in New Orleans, Louisiana. The procurement involves inspections and testing of fire protection systems in compliance with National Fire Protection Association (NFPA) standards, with a contract structured as a firm-fixed price purchase order awarded to the lowest bidder. This opportunity is set aside for small businesses and includes a one-year base period from January 1, 2026, to December 31, 2026, with four additional one-year option periods extending through December 31, 2030. Interested contractors must submit their quotes to Joel Ivy at joel.s.ivy@uscg.mil, ensuring they are registered in SAM.gov and comply with applicable wage determinations and federal regulations.
    Fire Watch/Tank Watch
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is preparing to solicit a Firm Fixed Price contract for Fire Watch/Tank Watch Touch Labor Support, aimed at enhancing safety during ship repair operations. This procurement is designated as a 100% total Small-Business Set-Aside, with the applicable NAICS code being 336611, which pertains to Ship Building and Repairing. The contract is expected to commence on May 18, 2026, and run through May 17, 2027, with a potential six-month extension, and the solicitation is anticipated to be available around January 15, 2026. Interested parties can reach out to Melissa White at melissa.e.white13.civ@us.navy.mil or Alicia Almberg at alicia.l.almberg.civ@us.navy.mil for further information.