Schriever SFB B810 Fire Riser Replacement
ID: FA255024Q0048Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2550 50 CONS PKPSCHRIEVER SFB, CO, 80912-2116, USA

NAICS

All Other Miscellaneous General Purpose Machinery Manufacturing (333998)

PSC

FIRE FIGHTING EQUIPMENT (4210)

Set Aside

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

    The Department of Defense, specifically the 50th Civil Engineer Squadron at Schriever Space Force Base, is soliciting proposals for the replacement of an outdated Victaulic Series 756 Dry riser valve in Building 810. The project requires the removal of the existing valve and installation of a new dry riser system that complies with NFPA 13 and UFC 3-600-01 standards, with a completion timeline of 120 business days. This procurement is critical for maintaining fire safety infrastructure at military facilities, ensuring reliable operation and compliance with safety regulations. Interested small businesses must submit their quotes by September 12, 2024, and can direct inquiries to Kade Allen at kade.allen@spaceforce.mil or Nautica Bowen-Chapman at nautica.bowen_chapman@spaceforce.mil.

    Files
    Title
    Posted
    The document outlines the clauses and provisions associated with the contract identified as FA255024Q0048, focusing on the incorporation of Defense Federal Acquisition Regulation Supplement (DFARS) and Federal Acquisition Regulation (FAR) clauses. It specifies electronic invoicing processes for contractors through the Wide Area Workflow (WAWF) system, detailing access, training, document submission methods, and required payment request formats. The contract mandates compliance with various FAR and DFARS clauses relating to government operations, including supplier qualifications, environmental regulations, and safeguarding processes. Key provisions include unique item identification requirements for government items valued over $5,000, aligned with accreditation standards. Contractors must report detailed information at delivery, ensuring traceability. Clauses addressing small business participation and prohibitions on specific foreign procurement practices further emphasize regulatory compliance. The document illustrates the government’s operational framework for addressing contract management, environmental responsibility, and fiscal regulations in procurement processes, underscoring transparency and accountability in federal contracting activities.
    The 50th Civil Engineer Squadron (CES) at Schriever Space Force Base (SSFB) is soliciting a contractor to replace the outdated and maintenance-intensive Victaulic Series 756 Dry riser with a new dry riser system in building 810. The contractor will be responsible for all aspects of the project, including removal of the old riser, installation of the new unit compliant with NFPA 13 and UFC 3-600-01 standards, and execution of necessary testing. The specifications for the new riser include a 6-inch roll-grooved valve system and a complete warranty upon acceptance of work. Project completion is expected within 120 business days, during which strict adherence to safety and legal regulations is required. Access protocols for contractors entering the restricted area of SSFB are outlined, including badge management and escort procedures. The document emphasizes the government’s right to inspect the work and the contractor's obligation to assist in site clean-up and provide final operational manuals upon completion. This document serves as a formal request for proposals aimed at ensuring the installation of reliable fire safety systems in compliance with established standards, reflecting the government’s commitment to infrastructure improvement and safety at military bases.
    The RFI Answers for the B810 Fire System project (FA255024Q0048) provide clarification regarding a site visit and installation specifics for fire safety infrastructure. A site visit is scheduled for Thursday, September 5, 2024, at 10:00 a.m. MDT, with further details available on the SAM.gov Solicitation. The contractor is instructed to replace the existing dry riser valve, as the current riser is outdated and needs an upgrade. The facility's management has explicitly stated that a new shotgun riser will not be installed. This document outlines critical project specifications to ensure compliance with current fire safety standards while addressing the site's unique requirements. The information is essential for potential contractors to understand project expectations and prepare for participation in the procurement process.
    The document pertains to a hydraulic system for fire protection, specifically the MEDULE 40 Rigid PUC. It outlines the system's basic design and specifications, highlighting a fire suppression component identified as the Victaulic Dry Valve. The valve is rated for 300 PSI and is associated with the FireLock series. The contact information for General Air Products and the jurisdiction details for the system's application, including its location in Colorado Springs, are documented. This file is relevant to federal and state RFPs related to fire safety systems, indicating a potential solicitation for services or products necessary to enhance fire protection infrastructure. The context suggests compliance with safety standards and considerations for installations in governmental or public facilities.
    The document outlines a Request for Quotation (RFQ) for the replacement of a dry riser valve at Building 810 on Schriever Space Force Base. Issued by the 50th Contracting Squadron, this solicitation seeks commercial items and services, emphasizing compliance with federal regulations and providing a competitive environment for small businesses under the NAICS code 333998. The project involves removing the existing Victaulic Series 756 Dry riser valve and installing a new, unspecified brand. Interested parties must submit their quotes by September 12, 2024. The contract will be awarded based on a firm-fixed-price approach, with evaluation criteria focused on price and technical acceptability. All vendors are required to have an active System for Award Management (SAM) account and provide essential documentation alongside their quotes. The selection process aims for the lowest-priced offer deemed technically acceptable, reinforcing the government's objective of obtaining the best value while ensuring compliance with applicable clauses and provisions. Adherence to established deadlines and submission guidelines is critical for vendors wishing to participate in this opportunity. The document's structure emphasizes context, criteria for evaluation, and logistical details pertinent to the solicitation process.
    The document is a combined synopsis and solicitation for the removal and replacement of a dry riser valve in Building 810 at Schriever Space Force Base, initiated by the 50 Civil Engineer Squadron. The solicitation, numbered FA255024Q0048, is issued as a Request for Quotation (RFQ) with a response deadline of 12 September 2024. This requirement is set aside for small businesses, classified under NAICS code 333998. The project involves removing an existing Victaulic Series 756 Dry riser valve, which has become overly maintenance-intensive, and installing a new riser. Key components include a Firm-Fixed Price (FFP) requirement, with vendors needing to provide essential documentation, such as a CAGE number and a valid quote until 30 September 2024. The selection process will evaluate offers based on price and technical acceptability, awarding the contract to the lowest priced offer that meets the requirements. The document emphasizes that funds must be available for the contract to be valid and outlines provisions for quote submissions and evaluations. Attachments include clauses and the Statement of Work (SOW) for further guidance on the project specifications and performance expectations.
    The document is a combined synopsis/solicitation for the replacement of a fire system component at Building 810, Schriever Space Force Base (SSFB), Colorado. The primary task involves the removal of an existing Victaulic Series 756 Dry Riser valve and the substitution with a new dry riser, following an excessive maintenance history of the current unit. The procurement is issued as a Request for Quotation (RFQ), categorized under small business set-aside, with a deadline for quotes by 12 September 2024. Interested vendors must possess an active System for Award Management (SAM) account and provide essential details with their quote, including CAGE number, UEI, and contact information. Award criteria will prioritize the lowest priced technically acceptable offer, emphasizing price and technical acceptability as the evaluation factors. The Government reserves the right to enter exchanges with vendors if deemed necessary. The attached documents provide additional details on clauses, the Statement of Work, and questions from interested parties, framing the procurement process within standard federal regulations. This solicitation reflects a structured approach to ensure compliance and facilitate a competitive bidding environment for government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Remanufacture of KC-135 Valve Assembly and F-16 Regulating Valve
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is soliciting proposals for the remanufacture of KC-135 valve assemblies and F-16 regulating valves under a firm fixed price requirements contract. This procurement aims to restore these critical aircraft components to a like-new condition, ensuring operational readiness and compliance with stringent military specifications over a five-year period, which includes a three-year basic contract and an optional two-year extension. The selected contractor will be responsible for all aspects of the remanufacturing process, including material provision, labor, and adherence to quality assurance standards, with a focus on maintaining the integrity of government property throughout the project. Interested small businesses must submit their proposals by October 8, 2024, and can direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or David O'Rourke at david.orourke@us.af.mil for further details.
    STEM,FLUID VALVE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of fluid valves under a federal contract. The primary objective of this procurement is to ensure compliance with various technical and quality requirements, including item unique identification and valuation, as well as adherence to military specifications and commercial item descriptions. These fluid valves are critical components used in various defense applications, emphasizing the importance of quality assurance and timely delivery in supporting national defense operations. Interested vendors should review the mandatory Individual Repair Part Ordering Data (IRPOD) and submit their proposals, ensuring compliance with the specified requirements, by contacting Danielle Dellisola at 717-605-4506 or via email at DANIELLE.DELLISOLA@NAVY.MIL.
    48--STEM,FLUID VALVE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors to supply two units of a non-powered valve, identified by NSN 1H-4820-016440882-D4, as part of a presolicitation notice. The procurement aims to fulfill specific requirements for the NAVSUP Weapon Systems Support Mechanic, with delivery expected at the Portsmouth Naval Shipyard in Kittery, Maine. These valves are critical components in various defense applications, ensuring operational efficiency and reliability. Interested parties should contact Noelle M. Smith at (717) 605-3992 or via email at noelle.m.smith10.civ@us.navy.mil for further details and to obtain necessary specifications and standards from the DoD Single Stock Point.
    50 SFS Vindicator Badge Manager and Install, AMENDMENT 1
    Active
    Dept Of Defense
    The Department of Defense, specifically the 50th Security Forces Squadron (50 SFS) at Schriever Space Force Base, is seeking proposals for the installation of a Vindicator Badge Manager System to enhance access control capabilities. The project requires the provision of 31 Vindicator Command Centers (VCC)/PC Smart Paks, which must be compatible with the existing Honeywell Vindicator system, to manage Discrete Control Authorizations (DCAs) for Restricted Area Badges (RAB). This initiative is critical for maintaining security protocols and compliance with military directives, ensuring that only authorized personnel can manage access to sensitive areas. Quotes are due by September 25, 2024, at 10 AM MT, and interested vendors should contact Cheri Kuzio at cheri.kuzio@spaceforce.mil or Lillian Morrow at lillian.morrow.1@spaceforce.mil for further details.
    48--FIRING VALVE ASSY, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of the Firing Valve Assembly. This procurement is a sole-source requirement under the Submarine Corporate Component Repairs Program, necessitating a Firm-Fixed Price (FFP) proposal that includes comprehensive repair costs and turnaround times. The Firing Valve Assembly is critical for shipboard systems, and the successful contractor must adhere to stringent quality assurance and inspection protocols to ensure compliance with military specifications. Interested parties should direct inquiries to Madison M. Gray at 717-605-4056 or via email at MADISON.M.GRAY4.CIV@US.NAVY.MIL, with proposals due by the specified deadline.
    VALVE,LINEAR,DIRECT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the manufacture of a linear direct valve. This procurement requires compliance with specific quality standards and documentation, including MIL-STD-130 for item identification and ISO 9001 for quality management systems. The valves are critical components intended for use in submarines and surface ships, emphasizing the importance of quality and safety in their production. Interested contractors must submit their proposals by September 27, 2024, and can direct inquiries to Taylor Fasching at TAYLOR.FASCHING@NAVY.MIL or by phone at 717-605-4323.
    VALVE,LINEAR,DIRECT
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of linear direct valves, classified under the NAICS code 332919. The contract aims to secure a reliable supply of non-powered valves, which are critical components in various defense applications, ensuring operational efficiency and safety. The solicitation has been amended to extend the closing date to September 23, 2024, and includes specific requirements for repair turnaround times and throughput constraints, with a focus on timely delivery and compliance with quality standards. Interested vendors can reach out to Carolyn A. Clark at 215-697-1073 or via email at carolyn.a.clark30.civ@us.navy.mil for further details.
    48--VALVE,SAFETY RELIEF
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of safety relief valves, specifically NSN 4820013431809, with a requirement for four units. The solicitation is a Request for Quotation (RFQ) and aims to fulfill a critical need for industrial valve manufacturing, which plays a vital role in ensuring safety and operational efficiency in various defense applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all submissions must be received within 168 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    Replace Backflow Preventers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the replacement of backflow preventers at the 126th Air Refueling Wing located at Scott Air Force Base, Illinois. The project aims to address failures in existing backflow prevention devices across multiple buildings, ensuring compliance with safety and operational standards. This procurement is crucial for maintaining infrastructure integrity and public health, as backflow preventers play a vital role in preventing contamination of potable water systems. Interested small businesses must submit their sealed quotes by September 19, 2024, with a project cost estimated between $25,000 and $100,000. For further inquiries, potential bidders can contact MSgt Benjamin James at benjamin.james.1@us.af.mil or TSgt Jonathan Middleton at jonathan.middleton.5@us.af.mil.
    48--VALVE,FLOW CONTROL
    Active
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of flow control valves, specifically NSN 4820004363033. The requirement includes three lines of delivery to DLA Distribution Barstow, with quantities of 34, 850, and 1 unit, respectively, and delivery timelines ranging from 120 to 275 days after order. These valves are critical components in various defense applications, ensuring proper flow regulation in military systems. Interested small businesses are encouraged to submit their quotes electronically, with inquiries directed to the buyer via email at DibbsBSM@dla.mil.