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
    Firefighting Foam Trailer
    Active
    Dept Of Defense
    The Department of Defense, through the 82d Contracting Squadron at Sheppard Air Force Base in Texas, is soliciting proposals for a 1000-gallon firefighting foam trailer under solicitation number FA302024Q0112. The procurement aims to enhance firefighting capabilities by acquiring a trailer that meets specific technical specifications, including a robust construction and operational features necessary for effective emergency response. This acquisition is exclusively set aside for small businesses, with proposals due by September 18, 2024, at 2:00 PM CST, and all quotes must remain valid through September 30, 2024. Interested vendors should direct their inquiries to Cole Jones or Ryan Kulpa via email, as funding for this contract is not currently available, and the government reserves the right to cancel the solicitation without obligation to reimburse vendors.
    W519TC-24-Q-2391 Fire Extinguisher Parts Amendment 0001
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for fire extinguisher parts under Solicitation W519TC-24-Q-2391. The procurement aims to support the Rock Island Arsenal – Joint Manufacturing and Technology Center (RIA-JMTC) with a Firm Fixed Price (FFP) purchase order awarded to the lowest price, responsive contractor. This solicitation is critical for maintaining operational safety and compliance with fire safety standards. Proposals are now due by September 20, 2024, at 10:00 AM Central Time, and interested contractors should contact Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL or Corbin De La Cruz at corbin.t.delacruz.civ@army.mil for further information.
    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.
    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.
    RFI - MODPROT Collective Protection Liners and Barriers
    Active
    Dept Of Defense
    The US Army is seeking information on chemical/biological protective liners and barriers for the modernization of Collective Protection materials, ahead of an upcoming Innovation Day on 9 October 2024. The Army aims to procure PFAS-free materials, as emerging regulations have impacted the availability of traditional protective textiles. This market research is a crucial step in identifying potential suppliers for the development of these specialized textiles, which are essential for the Army's Collective Protection systems. Interested parties are invited to respond with details of their capabilities and are encouraged to attend the Innovation Day for further discussion. Registration is required for the event, and additional information can be found on the Joint Enterprise Technology Tool website. The Army's preference is for commercially available or developmental fabric composites that meet the specified protection requirements while remaining lightweight. Responses must be submitted by 8 November 2024, with contact details provided for further inquiries.
    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-icing vehicles under RFQ W50S7E-24-Q-0028. The project aims to replace non-compliant ANSUL systems in two de-icing trucks with new systems that adhere to NFPA 1901 standards, featuring capabilities such as wet agent tanks, multi-zone detection, and a compact design that minimizes passenger space usage. This procurement is crucial for ensuring operational safety and efficiency during winter operations, with a firm-fixed price contract contingent on the availability of funds. Interested small businesses must submit their quotes electronically by September 20, 2024, and can direct inquiries to Lt Col Ann Feist at ann.feist.1@us.af.mil or by phone at 612-713-2626.
    Fire Suppression System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide fire suppression services at Malmstrom Air Force Base (MAFB) in Montana. The procurement involves the annual inspection and maintenance of 266 portable fire extinguishers and bi-annual inspection, testing, maintenance, and recertification of 30 wet/dry chemical fire extinguishing systems, with a contract duration spanning one base year plus four optional years from October 1, 2024, to September 30, 2029. This initiative is crucial for ensuring the safety and compliance of fire protection measures at military installations. Interested contractors must submit their quotes by 2:00 PM MT on September 25, 2024, and direct any inquiries to the designated contacts, Lt. Randolph Foote and Viviana Castillo Ramirez, via the provided email addresses or phone numbers.
    42--EXTINGUISHER,FIRE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 175 fire extinguishers under solicitation number NSN 4210015838143. The items must conform to specific source-controlled drawings, and approved sources for this procurement include designated manufacturers. Fire extinguishers are critical for safety and emergency response, ensuring the protection of personnel and property in various environments. Interested vendors should submit their quotes electronically, and any inquiries regarding the solicitation can be directed to DibbsBSM@dla.mil. The deadline for delivery is set for 118 days after award, and hard copies of the solicitation are not available.