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
    Description

    The Defense Logistics Agency (DLA) is seeking qualified contractors to provide fire protection systems inspection, testing, and maintenance services at the DLA Distribution Depot in San Joaquin, California. The procurement aims to establish a Firm-Fixed-Price purchase order for comprehensive testing, inspection, and maintenance of fire protection systems, ensuring compliance with safety standards and operational reliability over a five-year period, including a base year and four option years. This contract is critical for maintaining the safety and functionality of fire control equipment within the facility, which is essential for safeguarding personnel and assets. Interested contractors must submit their proposals by May 22, 2025, and can direct inquiries to Steven Lesh at Steven.Lesh@dla.mil or Erik J Smith at erik.smith@dla.mil.

    Files
    Title
    Posted
    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.
    This document is an amendment (0002) to solicitation number SP3300-25-Q-0076 issued by the Defense Logistics Agency (DLA) Distribution Acquisition Operations. The primary purpose of the amendment is to extend the closing date for the receipt of offers from the original date to 1:00 PM EDT on May 14, 2025. It outlines the requirements for contractors to acknowledge receipt of the amendment, which can be done through specified methods, to avoid offer rejection. Additionally, it confirms that the terms and conditions of the solicitation remain unchanged aside from this date extension. Contact details for the administering officer are provided for any inquiries. The amendment underscores the importance of timely communication and compliance in the procurement process related to federal RFPs.
    This document serves as Amendment 0003 to solicitation SP3300-25-Q-0076 issued by the Defense Logistics Agency (DLA). Its primary purpose is to inform contractors of responses to submitted inquiries regarding the fire suppression maintenance requirements and to extend the solicitation closing date to facilitate quote preparation. The new closing date is set for May 20, 2025, at 1:00 PM EDT. Key points include clarifications regarding the hydrating systems connected to fire pumps, reasserting that monitoring services are not included in this contract, and detailing the contractor's responsibilities pertaining to compliance with NIST SP 800-171 standards for controlled unclassified information. Additionally, attachments including combined fire alarm and suppression system as-built documents and inspection records are available upon request. The amendment emphasizes that all other terms of the original solicitation remain unchanged, ensuring that contractors understand their obligations and the scope of work required under the revised terms. This document's structured response to contractor queries reflects the government’s commitment to transparent communication throughout the bidding process.
    This document is an amendment to a solicitation (SP3300-25-Q-0076) issued by the Defense Logistics Agency (DLA) Distribution, affecting a contract identified by ID code SP3300. The amendment serves to notify potential contractors of an extension for the submission deadline of offers to 1:00 PM EDT on May 22, 2025. It emphasizes the importance of acknowledging receipt of this amendment to avoid rejection of offers. Contractors may revise previously submitted offers via letter or electronic communication, ensuring they reference the amended solicitation number. The document reiterates that all other terms and conditions remain unchanged, safeguarding the integrity of the original solicitation while providing a clear directive for the updated submission timeline. This amendment highlights procedural aspects crucial for compliance in federal procurement processes.
    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.
    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.
    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.
    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
    Similar Opportunities
    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.
    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.
    RV Campers - DLA MWR San Joaquin
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting quotes for the procurement of two new campers for the Family & Morale, Welfare, and Recreation (FMWR) program at the DLA Installation Management San Joaquin in Tracy, California. The specific requirements include models such as the 2025 Jayco Jay Feather Micro or equivalent and the 2026 Jayco Jay Flight Six or equivalent, with detailed specifications outlined in the solicitation. These campers are intended to support recreational activities for military personnel and their families, emphasizing the importance of morale and welfare services. Interested vendors must submit their quotes by 3:00 PM (EST) on January 6, 2026, and direct any questions regarding the solicitation to Elizabeth Sheffield at elizabeth.sheffield@dla.mil by December 30, 2025.
    42--PROPORTIONER,FOAM L
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two units of the Proportioner, Foam L, under solicitation number 4210015876480. This procurement is critical for fire, rescue, and safety operations, as the Proportioner is essential for effective foam application in emergency situations. The solicitation is set aside for small businesses, and all responsible sources are encouraged to submit their quotes electronically, as hard copies will not be provided. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, with quotes due within 167 days after the award date.
    29--AIR DISTRIBUTOR,STA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the Air Distributor, NSN 2990123808818. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States and overseas, highlighting the importance of these components in supporting military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    SPRRA225R0002 MLRS SPARES
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of MLRS spares under solicitation SPRRA225R0002, with a focus on firm fixed-price supply contracts. This procurement is critical for maintaining the operational readiness of the U.S. Army's missile systems, ensuring that necessary components are available for effective defense operations. The proposal due date has been extended to January 19, 2026, at 5:00 PM, allowing potential offerors additional time to prepare their submissions. Interested parties should contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding the solicitation and its requirements.
    FIRE DETECTOR SYSTEM SENSING ELEMENT / 06F, C-130 HERCULES AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking suppliers for the procurement of a Fire Detector System Sensing Element for the C-130 Hercules aircraft. This indefinite quantity contract (IQC) will cover a base period of five years, with an estimated annual requirement of 40 units, and delivery is expected within 218 days after order placement. The goods are critical for ensuring the safety and operational readiness of military aircraft, and the solicitation will be issued as an unrestricted procurement, with a reverse auction process conducted online. Interested vendors should register at DLA.ProcurExInc.com and can access the solicitation on or about November 19, 2025, via the DLA Internet Bid Board System (DIBBS). For further inquiries, contact Gladys Brown at gladys.brown@dla.mil or by phone at 445-737-4113.
    48--VALVE,REGULATING,FL
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of three regulating valves (NSN 4820011897669) to be delivered to DLA Distribution San Joaquin. The solicitation is for an RFQ and requires that all responsible sources submit their quotes electronically, as hard copies will not be provided, and no specifications or drawings are available. These valves are critical components in fluid power systems, emphasizing their importance in various defense applications. Interested vendors should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, and quotes must be submitted within the specified timeframe to be considered.
    10--RETAINER,EJECTOR CA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 22 units of the Retainer, Ejector CA, identified by NSN 1095014574485. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of three. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their importance in supporting military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.