Fire Protection Systems Inspection, Testing and Maintenance for DLA Distribution Depot San Joaquin, CA.
ID: SP3300-25-Q-0076Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISTRIBUTIONNEW CUMBERLAND, PA, 17070-5008, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT (J012)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 18, 2025, 12:00 AM UTC
  3. 3
    Due May 9, 2025, 5:00 PM UTC
Description

The Defense Logistics Agency (DLA) is seeking qualified contractors to provide Testing, Inspection, and Maintenance (ITM) services for Fire Protection Systems at the DLA Distribution Depot in Tracy, California. The procurement aims to establish a Firm-Fixed-Price purchase order for these services, which will span from May 15, 2025, to May 14, 2030, including four option years, ensuring the reliability and compliance of fire protection systems at the facility. This contract is critical for maintaining safety standards and operational readiness, as it encompasses regular inspections and maintenance of fire alarms, hydrants, and sprinklers. Interested contractors must register with the System for Award Management (SAM) and adhere to federal regulations, including wage determinations under the Service Contract Act, with a minimum wage of $17.75 per hour applicable for this contract. For further inquiries, interested parties can contact Steven Lesh at Steven.Lesh@dla.mil or Erik J Smith at erik.smith@dla.mil, with proposal submissions due following the outlined timeline.

Files
Title
Posted
Apr 18, 2025, 3:06 PM UTC
This document serves as Amendment 0001 to Solicitation Number SP3300-25-Q-0076, issued by the Defense Logistics Agency (DLA) for offerors interested in participating in a procurement process. It outlines key requirements for acknowledging receipt of the amendment, stipulating that failure to do so before the specified deadline may lead to rejection of offers. Notably, the document details arrangements for a site visit at DLA Distribution San Joaquin, CA, scheduled for April 25, 2025. Registered attendees are limited to two per company and must pre-register by April 23, 2025. Instructions for entry, including the presentation of valid identification and adherence to security protocols, are emphasized. Furthermore, participants are advised on site visit logistics, including safety considerations and dress code. The amendment clarifies that the site visit is solely informational, and any modifications to the solicitation will be communicated through written amendments. All terms of the original solicitation remain unchanged. This amendment illustrates the structured process of government procurement, ensuring transparency and compliance during contract solicitation and award procedures.
The Performance Work Statement (PWS) outlines the requirements for Inspection, Testing, and Maintenance (ITM) services for fire protection systems at the Defense Distribution Depot San Joaquin, California. The contractor must ensure compliance with the Unified Facilities Criteria (UFC) 3-601-02 for fire alarm and suppression systems without including emergency repairs. The contract includes a base bid for the first year and options for up to four additional years. The contractor is responsible for all labor, materials, and management to carry out ITM services across various fire-related systems, including alarms, hydrants, and sprinklers. Detailed ITM schedules must be submitted for approval, along with documentation of inspections. Personnel must be qualified to meet regulatory requirements. Quality control plans are necessary for monitoring services, with oversight from a Contracting Officer Representative (COR). The document includes provisions for safety, administrative requirements, and the obligations of both the contractor and government. Overall, it emphasizes adherence to strict standards to ensure the safety and reliability of fire protection systems at the facility throughout the contract's term.
Apr 18, 2025, 3:06 PM UTC
The document outlines the request for proposals (RFP) for fire protection systems inspection, testing, and maintenance at DLA Distribution San Joaquin, CA. The contract is structured as a Firm-Fixed-Price agreement, divided into a base year and four option years, with each period requiring monthly inspections, totaling 12 inspections per year. The specific NAICS code for this project is 811310. Each section of the document specifies identical contract terms across years, indicating a consistent scope of work that aligns with the attached Performance Work Statement. However, the monetary values for the total prices and unit prices remain undisclosed (stated as $0.00). The document emphasizes the need for ongoing maintenance and inspections to ensure the reliability and compliance of fire protection systems over the contracted years. Overall, it provides a framework for prospective contractors interested in servicing the fire protection needs of the DLA.
Apr 18, 2025, 3:06 PM UTC
The document is a Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor. It outlines wage rates and fringe benefits for various occupations in San Joaquin County, California, applicable for contractors under specific executive orders. Contracts initiated after January 30, 2022, require a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must meet a minimum of $13.30 per hour. The wage determination includes detailed rates for numerous occupations, emphasizing compliance with established wage minimums and benefits requirements. Additionally, it highlights the provision of paid sick leave and outlines benefits such as health and welfare contributions, vacation, and holidays for employees working under these contracts. The document serves as guidance for federal contractors ensuring fair pay and worker protection in government projects, thereby aligning with federal labor regulations.
The document outlines visitor information protocols related to access management for federal or possibly military facilities. It includes essential data fields relevant for processing visitor entries, such as the visitor's full name, driver's license state, date of birth, U.S. citizenship status, and contact information. Additional logistical details include arrival and departure dates, shift working hours, and visitor type, along with whether a camera pass is required. This structured format is vital for ensuring proper identification and facilitation of visits while aiding in security and management requirements associated with federal grants, RFPs, and related processes. The key focus is on collecting comprehensive data to ensure compliance with access regulations and enhance the overall visitor experience.
Apr 18, 2025, 3:06 PM UTC
The document SP3300-25-Q-0076 is a Request for Quote (RFQ) issued by the Defense Logistics Agency (DLA) for Testing, Inspection, and Maintenance Services of Fire Protection Systems at the DLA Distribution Depot in San Joaquin, Tracy, California. It aims to establish a Firm-Fixed-Price (FFP) purchase order through full and open competition, with the NAICS code 811310 for the project. The performance period spans from May 15, 2025, to May 14, 2030, including four option years. Key requirements include registering with the System for Award Management (SAM) and adhering to various federal regulations, such as the Service Contract Act and specific insurance certifications. Proposals are encouraged to focus on innovative processes to reduce costs. Contractors are responsible for obtaining necessary security clearances for personnel, as the work may involve accessing federally-controlled facilities. Additionally, the solicitation includes provisions for subcontracting with small businesses and outlines compliance with various federal clauses and provisions relevant to acquisitions. The document concludes with instructions for submitting questions and the timeline for proposal submissions, emphasizing transparency and compliance with federal contracting standards.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Replacement of fire alarm initiating devices and wires
Buyer not available
Presolicitation DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY is seeking a contractor to replace fire alarm initiating devices and wires in Building 100, DLA Distribution San Joaquin CA (DDJC), Tracy Site, Tracy CA 95304. The contractor will replace existing Apollo-Series software protocol devices with new Velociti-Series addressable devices, replace conventional initiating circuit copper wiring with new addressable communication cables, replace fire sprinkler flow & tamper switches monitor modules with new Velociti-series addressable devices, replace manual pull stations with new Velociti-series addressable stations, replace smoke, duct & heat detection devices with new Velociti-series addressable devices, provide all device circuit terminations, final connections, testing, labeling, submittals, as-built drawings, test reports, guarantees, closeouts, and programming of all devices. The work must be completed within 120 calendar days from receipt of the Notice to Proceed (NTP). The acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 238210. The small business size standard is $15,000,000. The magnitude of this construction effort is between $250,000.00 and $500,000.00. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-16-B-0009 is on or around July 30, 2016. Prospective offerors must be registered in the System for Award Management (SAM) Database at http://www.sam.gov.
Paint Exteriors of warehouses
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking a contractor to paint the exteriors of warehouses 14, 15, 17, and 18 at DLA Distribution San Joaquin CA (DDJC), Tracy Site, 25600 South Chrisman Rd, Tracy, CA 95304. The project includes repainting various surfaces such as concrete walls, metal piping, gutters, railings, doors, siding, ladders, and more. The contractor must also replace damaged caulking and sealant, abrasive strips on concrete dock stairs, and dispose of lead-based paint if necessary. The work must be completed within 240 calendar days from the Notice to Proceed (NTP) and during regular working hours. This procurement is set aside for small businesses, with a size standard of $15,000,000. The estimated construction effort is between $1,000,000.00 and $5,000,000.00. The Invitation for Bid (IFB) is tentatively scheduled to be issued around July 28, 2016, and a pre-proposal/site visit will be conducted. Prospective offerors must be registered in the System for Award Management (SAM) Database. The lowest responsive, responsible bidder will be awarded the contract.
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.
Multiple Award Indefinite Delivery Indefinite Quantity (ID/IQ) Construction Contract for DLA Distribution San Joaquin, California (DDJC)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified small businesses for a Multiple Award Indefinite Delivery Indefinite Quantity (ID/IQ) Construction Contract at DLA Distribution San Joaquin, California. The contract will encompass various construction-related tasks, including industrial, recreational, and maintenance projects, with an estimated total value of $30 million over a five-year period, from July 1, 2025, to June 30, 2030. This opportunity is particularly significant as it is set aside for small businesses, including a reservation for Historically Underutilized Business Zone (HUBZone) firms, and will involve a competitive selection process based on best value criteria. Interested contractors should prepare for a pre-proposal conference and ensure they are registered in the System for Award Management (SAM) to submit proposals electronically via the PIEE Solicitation Module. For further inquiries, contact Paul Holbert at paul.holbert@dla.mil or Benjamin Bailey at benjamin.bailey@dla.mil.
PKA - B549 Repair Multiple Fire Alarm Panels
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the "PKA - B549 Repair Multiple Fire Alarm Panels" project at Travis Air Force Base in California. The procurement involves the design and construction services necessary to upgrade and replace outdated fire alarm control panels in Building 549, which are no longer serviceable due to parts unavailability. This initiative is crucial for maintaining safety standards in federal facilities and ensuring compliance with various safety and regulatory codes. The project has an estimated value between $500,000 and $1,000,000, with a response deadline for proposals extended to May 6, 2025. Interested parties can contact SSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or Stephen Platt at stephen.platt.2@us.af.mil for further information.
FIRE EXTINGUISHER
Buyer not available
The Defense Logistics Agency (DLA) Land Warren is soliciting proposals for the procurement of fire extinguishers, specifically under solicitation number SPRDL1-24-R-0042. The requirement includes a base quantity of 1,098 units, with an option for an additional 100% of the base quantity to be exercised within 365 days post-award, emphasizing the importance of timely delivery and compliance with federal regulations. These fire extinguishers are critical for ensuring safety and operational readiness within military facilities, and the contract will be awarded on a Firm Fixed Price basis. Interested vendors must contact Justin Stoner at justin.stoner@dla.mil or call 445-737-0498 for further details, and submissions must adhere to the specified delivery timeframe of 270 days after award.
Lion BullsEye Digital Fire Extinguisher Training System (Brand Name or Equal) - Travis AFB, CA
Buyer not available
The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking quotations for the procurement of a Lion BullsEye Digital Fire Extinguisher Training System or an equivalent product. This requirement aims to enhance fire safety training protocols by providing a simulated training environment that complies with Joint Commission standards and NFPA Code 101, allowing for safe and effective training without the hazards associated with live burns. Interested vendors, particularly those qualifying as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by May 5, 2025, including detailed specifications, financial assurances, and compliance with federal regulations. For inquiries, potential offerors can contact SrA Joseph Restua-Perez at joseph.restuaperez@us.af.mil or Mr. Vitaliy Kim at vitaliy.kim@us.af.mil.
J--Repair of Fire Suppression at Yosemite Residences
Buyer not available
The Department of the Interior, through the National Park Service, is seeking a contractor to perform repairs on the fire suppression systems at residences within Yosemite National Park. The project involves a firm fixed-price contract to address deficiencies identified during annual testing, including reconfiguring sprinkler layouts and replacing specific sprinkler heads, while ensuring compliance with National Fire Protection Association standards. This procurement is crucial for maintaining safety and compliance in park facilities, with an estimated construction magnitude between $100,000 and $250,000. Interested small businesses must have an active SAM registration and are encouraged to direct inquiries to Timothy Modjeski at Modjeski, Timothy, via email at TimModjeski@nps.gov or by phone at 303-819-9916. The RFQ is expected to be available electronically on or around May 5, 2025, with proposals due 30 days after issuance.
Replace Clerestory Windows W22 - Defense Distribution Depot San Joaquin, Tracy
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the replacement of clerestory windows at the Defense Distribution Depot San Joaquin in Tracy, California. This project aims to enhance the facility's structural integrity and energy efficiency by installing new windows, which are crucial for maintaining optimal warehouse conditions. The procurement is set aside for small businesses under the SBA guidelines, with a focus on the commercial and institutional building construction industry. Interested bidders should contact Mogen P. Gilson at mogen.gilson@dla.mil or call 717-770-4757 for further details, with the Invitation for Bid (IFB) posted on April 21, 2025, and a synopsis available from March 31, 2025.
SENSING ELEMENT, FIRE NSN; 6340-014712596
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 295 units of the Sensing Element, Fire (NSN: 6340-014712596; P/N: 35790-200-400). This procurement is classified as an unrestricted acquisition, with full and open competition, and requires delivery within 162 days after receipt of order to Hill Air Force Base in Utah. The contract will be awarded based on a combination of price, past performance, and other evaluation factors, with a request for proposal (RFP) expected to be issued around April 1, 2025, and closing on or about May 1, 2025. Interested vendors must be registered in the System for Award Management (SAM) and should contact Michael Blain at 804-807-4436 or via email at michael.blain@dla.mil for further details.