Fire Extinguisher Maintenance Services
ID: M6700125Q0017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP LEJEUNE, NC, 28542-0004, 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, 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 safety standards and regulations, including six-year maintenance and twelve-year hydrostatic testing. This procurement is critical for maintaining operational safety and functionality of fire safety equipment within the military environment. Interested contractors must submit their bids by June 12, 2025, with evaluations based on price, technical capability, and past performance. For further inquiries, potential bidders can contact Monica R. Thomas at monica.r.thomas.civ@usmc.mil or Waymon Gardner at waymon.gardner@usmc.mil.

    Files
    Title
    Posted
    The document outlines an amendment to a federal solicitation, specifically amending solicitation number M6700125Q0017. The amendment serves to extend the offer due date from May 16, 2025, to June 12, 2025, and makes changes related to the contract's Period of Performance (POP), evaluation criteria, and revisions to specific FAR clauses. Key modifications include the deletion of an existing delivery schedule item and the addition of a new delivery schedule item, as well as the incorporation of various Federal Acquisition Regulation (FAR) clauses pertaining to commercial products and services. Details include evaluation factors like technical capability, past performance, and pricing based on strict compliance with the established requirements, including proof of necessary certifications and service capabilities. The amendment emphasizes the importance of timely acknowledgment of these changes by contractors to avoid rejection of their offers. Overall, this document reflects the government's ongoing efforts to manage procurement processes, facilitate contractor communication, and ensure compliance with federal regulations in commercial acquisitions.
    The solicitation M6700125Q0017 details a request for proposals for fire extinguisher maintenance services at Marine Corps Air Station New River, North Carolina. The contractor must provide maintenance, repair, and recharge services for 140 Halotron flightline fire extinguishers, ensuring compliance with specified standards and regulations. Services include six-year maintenance and twelve-year hydrostatic testing, with strict adherence to manufacturer specifications. The contractor will be responsible for all necessary tools and labor while maintaining access to the work site. A key requirement is the contractor’s certification to perform these services, along with proper disposal of hazardous materials. Contractors must submit their bids by April 21, 2025, with evaluations based primarily on price. The contract emphasizes clear communication with government representatives, a final report on services rendered, and stringent guidelines on effective compliance and maintenance processes. This project underlines the government’s commitment to ensuring operational safety through maintenance of critical fire safety equipment.
    This document is an amendment to a solicitation for a federal contract, specifically modifying the offer due date. The initial offer deadline of April 21, 2025, has been revised to May 5, 2025, at 2:00 PM. The amendment maintains the original terms and conditions of the solicitation, while providing specific instructions for contractors to acknowledge the amendment's receipt to avoid rejection of their offers. Issued by the Marine Corps Field Contracting System, this document signifies administrative changes, and emphasizes the importance of prompt communication from contractors about changes to previously submitted offers. Overall, this amendment reflects a procedural adjustment in the federal contracting process, ensuring transparency and compliance among prospective contractors.
    The document is an amendment to a solicitation for maintenance and servicing of portable fire extinguishers at Marine Corps Air Station New River, North Carolina. It extends the offer deadline and addresses various questions from potential contractors, while updating the Performance Work Statement (PWS). The amendment clarifies contractor responsibilities, including the maintenance, repair, and hydrostatic testing of 140 Halotron 150-pound flightline fire extinguishers, which require service every six and twelve years. Contractors must provide all necessary tools and resources without removing equipment from the site. Key details provided include that contractors are not required to supply additional Halotron agent beyond what the government will provide (approximately 2,820 pounds) and that damage from sun exposure is not the contractor’s responsibility to replace. A kick-off meeting will follow contract award for final planning. The document emphasizes that contractors must be certified and adhere to the stipulations therein, ensuring compliance with federal standards. This amendment reflects the government's ongoing efforts to maintain equipment safety and functionality while remaining within regulatory frameworks for federal contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Seattle VA Portable Fire Extinguisher Maintenance Service RFQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide comprehensive maintenance services for approximately 1,500 portable fire extinguishers across the VA Puget Sound Health Care System facilities located in Seattle, American Lake, and Magnolia, Washington. The procurement includes monthly, annual, and six-year inspections, as well as a twelve-year hydrostatic test swap-out program, ensuring compliance with NFPA 10, TJC, OSHA, and VA directives. This maintenance service is critical for maintaining fire safety and compliance across the facilities, with the contract valued at up to $12.5 million and set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their quotations by December 16, 2025, and can contact Michael J Borelli at Michael.Borelli@va.gov for further information.
    Replace Fire Sprinkler Dry Piping, B-232
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of fire sprinkler dry piping in Building 232 at Marine Corps Air Station Cherry Point, North Carolina. This project is exclusively open to specific Mechanical MACC contractors, including Mechworks Mechanical Contractors, Inc., North State Mechanical, Inc., and R&W Construction Company, Inc., with an estimated cost ranging from $250,000 to $500,000 and a completion deadline of 150 calendar days. The work involves the demolition of existing piping and installation of new systems, adhering to strict safety and regulatory standards, including compliance with the Davis-Bacon Act. Proposals are due by January 5, 2026, following a mandatory site visit on December 16, 2025, and interested contractors can reach out to Evan Dumke at evan.c.dumke.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further inquiries.
    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 100 fire extinguishers (NSN 4210011749474) under a Combined Synopsis/Solicitation notice. The extinguishers are critical for fire safety and rescue operations, emphasizing the importance of reliable safety equipment for military and defense personnel. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and quotes must be submitted by the specified deadline, with delivery expected within 393 days after order placement.
    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 TRUCK MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    Self-Contained Breathing Apparatus (SCBA) Annual Testing
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, North Carolina, is soliciting quotes for the annual testing of Self-Contained Breathing Apparatus (SCBA) equipment. The procurement involves comprehensive flow testing services for MSA G1 SCBA packs, masks, RIT packs, and escape packs, ensuring compliance with NFPA 1852 standards to maintain the safety and operational readiness of critical firefighting equipment. This contract, valued at $19,500,000, includes a base year and four option years, with services scheduled to commence on January 1, 2026, and conclude on December 31, 2030. Interested vendors must submit their quotes via email to the designated contacts by the deadline of December 16, 2025.
    Repair Fuel System B4505
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Fuel System B4505" project at Marine Corps Air Station Cherry Point, North Carolina. The project involves the repair of three fuel storage tanks, associated piping, and perimeter fence, with a focus on replacing tank and pipe coatings and repairing existing fence posts. This procurement is critical for maintaining operational readiness and compliance with government regulations, with an estimated contract value between $500,000 and $1,000,000. Proposals are due by January 12, 2026, at 2:00 PM EST, and interested contractors must acknowledge the recent amendment to the solicitation and attend a mandatory site visit on December 11, 2025. For further inquiries, contact Christina A. Newton at christina.a.newton.civ@us.navy.mil or Meghan J. Hislop at meghan.j.hislop.civ@us.navy.mil.
    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.
    Edwards AFB Fire Suppression Maintenance 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    CGC STURGEON BAY WATER MIST FIRE SUPRESSION TESTING WITH UPDATE SOW
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide services for the Hi-Fog Water Mist Fire Suppression System on the USCGC Sturgeon Bay, located in Bayonne, New Jersey. The contractor will be responsible for conducting a 5-year and annual inspection, renewing 29 bottles, and ensuring the system operates correctly, which includes setting up, testing, and returning the system to normal operation. This procurement is crucial for maintaining the safety and operational readiness of the vessel's fire suppression capabilities. Interested vendors must submit their quotations by 0800 Pacific Time on December 29, 2025, with the performance period scheduled from December 22 to December 29, 2025. For further inquiries, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.