FIRE EXTINGUISHING AGENT - Fluorine-Free Foam (F3) & Electric Pump
ID: CW051220241409Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

All Other Miscellaneous Chemical Product and Preparation Manufacturing (325998)

PSC

FIRE FIGHTING EQUIPMENT (4210)

Set Aside

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

    The Department of Defense requires a fluorine-free fire extinguishing agent, specifically Fluorine-Free Foam (F3), for land-based fire suppression at the Raven Rock Mountain Complex. The urgent procurement aims to replace the current fluorinated foam due to health concerns, with a legislative mandate to accomplish this by October 2024. In addition to the foam, an electric pump is needed to dispense the F3 concentrate vertically and horizontally to specific heights and lengths.

    The solicitation seeks offers from businesses involved in miscellaneous chemical product manufacturing, with a focus on fast delivery and compliance with technical standards. This procurement, now open to all vendors, has a total estimated value of $0.00 and urgent deadlines: questions must be submitted by August 1st, 2024, and quotes by August 7th.

    Contact primary_contact_full_name: Nicole Savoy, primary_contact_email: nicole.a.savoy.civ@mail.mil, for more information.

    Point(s) of Contact
    Files
    Title
    Posted
    The government seeks a fluorine-free fire extinguishing foam concentrate, aiming to replace legacy fluorinated foam used by the Raven Rock Mountain Complex. The procurement's primary objective is to obtain a non-fluorinated foam qualified for the DLA Qualified Products List, with an emphasis on safety and timely delivery. This foam is intended for land-based, fresh water applications. The contractor must supply a total of 800 gallons in various container sizes, with a specified pump system for easy filling. Delivery is to be made to a specified location, with a desired timeframe of 45 days, and absolute latest within 60 days, after contract award. The contract encompasses all delivery costs and requires robust packaging, with safety and quality inspections prior to acceptance. This procurement is for CONTROLLED UNCLASSIFIED INFORMATION.
    The HQ003424R0366 request for price quote seeks offers for a variety of agents and pumps for WHS-RRMC. The primary goods being procured include specialized chemicals and associated equipment for industrial applications. Offerors are expected to provide detailed product information, including manufacturer specifics, along with pricing details. The request urges prompt delivery and includes a section for indicating short lead time items. The evaluation of proposals will prioritize factors such as price, delivery time, and compliance with technical requirements. With a total estimated value of $0.00, this procurement process appears to follow a straightforward pricing schedule, focusing on the prompt supply of these specialized agents and pumps.
    The Washington Headquarters Services, Acquisition Directorate seeks to procure a specific brand of Fluorine-Free Foam (F3) liquid concentrate for firefighting purposes, along with an electric pump capable of dispensing the foam. The Department of Defense requires this concentrate for land-based freshwater applications at the Raven Rock Mountain Complex. With only two manufacturers approved for this specialized product, and based on the governing Military Specification MIL-PRF-32725, the acquisition is justified as a brand-name procurement under FAR 6.302-1. The urgency arises from a legislative mandate to replace Fluorinated Aqueous Film Forming Foam by October 2024 due to health concerns. The contract, expected to be a firm-fixed-price agreement, aims to deliver the F3 within 60 days of award. Market research has identified two potential small business suppliers, and the acquisition will be structured as a total small business set-aside. The procurement process is anticipated to begin shortly, with critical dates to be determined.
    The file contains a Contractor Non-Disclosure Agreement and Conflict of Interest Certification form. It eligibility pertains to those who are employed by or working under contract with an entity that has been awarded a contract by the Washington Headquarters Services/Acquisition Directorate. Individuals accessing this sensitive information must agree not to disclose it and to use it solely for official purposes. This covers various types of sensitive government information, including procurement data and personally identifiable information. Signatories are also required to declare and manage any potential conflict of interest, financial or otherwise, arising from their work under the contract. This ensures integrity and fairness in the procurement and contract execution processes. The certifications in the form emphasize the continuing nature of these obligations, even after the contract's completion, and outline the consequences of violating these terms.
    The government seeks a small business to supply fire extinguishing equipment as an urgent replacement for existing fluorinated foam. The main procurement objectives are a fluorine-free foam concentrate and an electric pump for land-based fire suppression. The foam, suitable for freshwater applications, must meet DLA standards and total 800 gallons, divided into various container sizes. The electric pump must efficiently dispense the foam, reaching heights of 12 feet 6 inches. Offerors are required to submit a technical approach demonstrating their understanding of these requirements and a firm fixed-price quote, including a detailed price breakdown. Critical dates include a question deadline of August 1st, 2024, and a quote submission deadline of August 7th. Evaluations will prioritize the technical merit and schedule over price, with awards based on the most advantageous offer. This procurement aims to enhance fire safety measures at the Raven Rock Mountain Complex.
    The amendment extends the submission deadline for an ongoing solicitation. It clarifies that the acquisition, originally designated for small businesses, is open to all vendors. The solicitation seeks proposals for miscellaneous chemical products and preparations manufacturing. The government will use the North American Industry Classification System (NAICS) code 325998 and applicable size standard of 650 employees to evaluate vendor eligibility. Vendors must acknowledge the receipt of this amendment and ensure their submissions are received by the extended deadline.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DDAA GFlex Foam - SP330024Q0235
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting quotes for the procurement of GFLEX Component "A," a polymeric isocyanate, and GFLEX QS Component "B," a poly resin mixture, essential for foam production at DLA Distribution Anniston, Alabama. The procurement aims to secure these critical components packaged in 55-gallon drums, with strict adherence to safety regulations and delivery protocols outlined in the solicitation. These materials are vital for the production and maintenance of Instapak® polyurethane foam, underscoring their importance in defense logistics. Interested contractors must submit their quotes electronically by September 12, 2024, and should contact Morgan Costanzo at morgan.costanzo@dla.mil or Christopher L. Robinson at christopher.robinson@dla.mil for further information.
    PFAS Free PPE Wildland/Tactical Ensemble
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for PFAS-free personal protective equipment (PPE) for the 55th Civil Engineering Squadron at Offutt Air Force Base in Nebraska. The procurement includes wildland tactical jackets and pants, helmets, gloves, goggles, and belts, all designed to meet stringent safety standards and mitigate health risks associated with PFAS exposure. This initiative underscores the importance of providing high-quality PPE to enhance the safety of personnel engaged in critical emergency response duties. Interested vendors must submit their offers by September 16, 2024, and can direct inquiries to Jose Buenaventura at jose.buenaventura@us.af.mil or Joshua Connelly at joshua.connelly.1@us.af.mil, with questions due by September 11, 2024.
    USCGC MOBILE BAY AQUEOUS FILM FORMING FOAM (AFFF) DISPOSAL
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the disposal of aqueous film-forming foam (AFFF) from the USCGC Mobile Bay, located in Sturgeon Bay, Wisconsin. The contractor will be responsible for inspecting, collecting, and disposing of approximately 2,200 gallons of AFFF stored in hazardous material totes, ensuring compliance with all local, state, and federal regulations. This procurement is critical for maintaining safety and environmental standards, as the foam must be eliminated within a proposed 14-day execution window, requiring the contractor to provide all necessary labor, materials, and travel expenses. Interested vendors must submit their official quotes, including a SAM.gov registered UEI number, to Kyler Fisk at kyler.c.fisk@uscg.mil by 0800 Pacific Time on August 19, 2024.
    49--CLEANING UNIT,FOAM
    Active
    Dept Of Defense
    The Department of Defense (DoD), specifically the Navy's NAVSUP WEAPON SYSTEMS SUPPORT office, seeks cleaning units of NSN 1R-4940-010415679-SX, referred to as foam cleaning units in this summary. These foam cleaning units are critical to the military's operations, and the government requires source approval for the items as they are flight-critical and associated technical data is insufficient for an open competition. The approved sources for these units have been invited to compete in this presolicitation, but the government is also willing to consider new sources. New potential suppliers must provide source approval information, including company experience and production capabilities, along with their proposals. The solicitation also provides links to various brochures and websites for interested parties to obtain further details on source approval information and relevant documents. These include the NAVSUP Weapon Systems Support brochures on spares and repairs, and the DODSSP website for standardized documents. Offerors should take note that the award will only be given if the offeror, their product, or the manufacturer meets the qualification requirements at the time of the award. The FAR clause 52.209-1 will be applied. Interested suppliers should review the source approval information and reach out to the primary contact, CHRISTOPHE J. AMMERMAN, via email or phone for any clarifications.
    Environmental Security Technology Certification Program (ESTCP) - Environmental Technology Demonstrations Broad Agency Announcement (BAA) for Aqueous Film-Forming Foam (AFFF) Destruction
    Active
    Dept Of Defense
    The Department of Defense, through the Environmental Security Technology Certification Program (ESTCP), is soliciting proposals for innovative technology demonstrations aimed at the destruction of Aqueous Film-Forming Foam (AFFF). This Broad Agency Announcement (BAA) invites both small and large businesses to submit proposals that address pressing environmental challenges faced by the DoD, with a focus on demonstrating and validating advanced environmental technologies. The initiative is crucial for advancing environmentally responsible practices within the military, potentially leading to significant cost savings and improved operational outcomes. Interested parties must submit their proposals by 2:00 p.m. Eastern Time on September 19, 2024, with an anticipated total funding of approximately $8 million for multiple awards. For further inquiries, contact Aimee Johnson at aimee.n.johnson@usace.army.mil or Shannon Benson at Shannon.N.Benson@usace.army.mil.
    Purge Fluid, MIL-PRF-38299E, Hill AFB Utah
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking proposals from qualified small businesses for the procurement of approximately 15,000 gallons of purge fluid that must conform to the specifications outlined in MIL-PRF-38299E. This procurement is critical for maintaining the integrity of fuel tanks in military aircraft prior to maintenance, ensuring compliance with safety and environmental standards. Interested contractors must submit their offers by September 8, 2024, with the contract award anticipated by September 27, 2024. For further inquiries, potential bidders can contact Kevin Hutchison at kevin.hutchison.2@us.af.mil or Devin Laughter at devin.laughter@us.af.mil.
    Replace Foam Fire Suppression System with Water Deluge System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of the existing Foam Fire Suppression System with a Water Deluge System at Laughlin Air Force Base, Texas. The project aims to enhance fire safety by removing the high expansion foam system and repairing the associated pump house, ensuring compliance with the Sundown Policy regarding the use of foam systems. This initiative is critical for maintaining operational readiness and safety standards in military facilities. Interested contractors must submit their proposals by the specified deadlines, with the estimated contract value ranging between $1,000,000 and $5,000,000, and a total performance period of 245 calendar days. For further inquiries, contact Alex Abram at alex.abram@us.af.mil or SSgt Katherine Wells at katherine.wells.4@us.af.mil.
    Chemical Munitions
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking to procure chemical and smoke munitions through a Request for Quotation (RFQ) under solicitation number DJF-24-1200-PR-0000022. The procurement aims to enhance the FBI's operational capacity by acquiring various defense-related products, including DEF TEC liquids and grenades, exclusively from small business vendors. Bids must be submitted as firm fixed prices, with separate costs for items and shipping, and deliveries are required within 90 days after receipt of order. Interested parties must submit their responses by September 17, 2024, and direct any questions to Brian Ames at bames@fbi.gov by September 10, 2024. This opportunity underscores the FBI's commitment to supporting small businesses while adhering to federal acquisition regulations.
    Fire Extinguisher NSN 4210-014813875
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is conducting a market survey to identify potential sources for supplying fire extinguishers, specifically NSN 4210-014813875, manufactured by Amerex Corporation. The objective is to gather information that will inform the development of an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which is anticipated to span five years and support DLA Direct Deliveries to Defense Distribution Centers across the Continental United States. Suppliers are encouraged to provide insights on their capabilities, product availability, lead times, and compliance with government specifications, with responses due by 3:00 PM EST on September 16, 2024. Interested parties should direct their inquiries to Magda Gonzalez at magda.gonzalez@dla.mil or Reginald Armstead at reginald.armstead@dla.mil.
    Vehicle Fire Suppression Vehicles - De-Ice Trucks
    Active
    Dept Of Defense
    The Department of Defense, specifically the Minnesota Air National Guard, is soliciting quotes for the procurement of fire suppression systems for de-ice vehicles under RFQ W50S7E-24-Q-0028. The objective is to replace the existing ANSUL fire extinguishing systems in two aircraft de-icing trucks, ensuring compliance with NFPA 1901 standards and incorporating features such as wet agent tanks, multi-zone detection, and comprehensive monitoring capabilities. This initiative is crucial for maintaining safety and operational efficacy in aircraft de-icing operations. Quotes are due by 20 September 2024, and interested parties should submit their proposals electronically to Lt Col Ann Feist at ann.feist.1@us.af.mil, ensuring compliance with all specified requirements, including providing Tax ID, CAGE Code, and UEI.