Lion BullsEye Digital Fire Extinguisher Training System (Brand Name or Equal) - Travis AFB, CA
ID: FA442725Q1030Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

All Other Miscellaneous Manufacturing (339999)

PSC

FIRE FIGHTING EQUIPMENT (4210)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking proposals for the procurement of a Lion BullsEye Digital Fire Extinguisher Training System or an equivalent product. This requirement aims to enhance safety training protocols within healthcare facilities by providing simulated fire scenarios that comply with Joint Commission standards and NFPA Code 101, thereby ensuring preparedness for real-life emergencies. The contract is set aside for small businesses, with a submission deadline of May 26, 2025, at 12:00 PM PDT, and interested vendors must provide financial assurances and technical capability statements. For further inquiries, potential offerors can contact SrA Joseph Restua-Perez at joseph.restua_perez@us.af.mil or Mr. Vitaliy Kim at vitaliy.kim@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for determining contractor responsibility in federal contracting, in accordance with FAR 9.103 and 9.104-1. It establishes that contracts should only be awarded to responsible contractors through an affirmative determination by the contracting officer, emphasizing that lowest bid does not guarantee selection if capability or reliability are in question. Key factors for a responsible determination include financial resources, adherence to schedules, satisfactory past performance, integrity, technical skills, and necessary equipment. Potential contractors must submit various documentation, such as financial statements and performance records, to verify their capability to fulfill contract obligations. Notably, past performance can be exempted if previous government contracts received satisfactory ratings in evaluation systems. The document emphasizes the importance of financial viability and operational ability, underscoring that responsibility assessments influence contract effectiveness and risk mitigation in government acquisitions.
    The document outlines a request for proposals (RFP) for the procurement of the Lion BullsEye Digital Fire Extinguisher Training System V3 or an equivalent system for 60 MDSS/SGSM/SE and 60 MDG Safety in compliance with the Joint Commission standards and NFPA Code 101. The training system provides simulated fire scenarios for safe indoor use without the hazards associated with live burns, enabling efficient training sessions that utilize the P.A.S.S. method. Key deliverables include an Extinguisher Sensing Control System with customizable training scenarios, a dry chemical digital laser extinguisher, transport cases, and a one-year warranty on the equipment. Vendors must submit invoices post-completion of contract requirements, which include delivery and potential installation or training. The expected delivery timeline is 60 days from receipt of order, with Mr. Paul Plamenco designated as the contact person for coordination post-award. The purpose of this RFP aligns with enhancing safety training protocols within healthcare facilities, ensuring compliance with regulations, and promoting preparedness for real-life emergencies through effective simulation training.
    The BullsEye Digital Fire Extinguisher Training System provides a hands-on approach to fire safety education, allowing users to learn and practice extinguisher use in various settings, including schools and workplaces. This system is designed for easy setup, enabling one person to train within minutes, and includes realistic simulation features such as sensors that respond to trainee actions and adjustable flame settings that mimic real fire scenarios. Key specifications of the BullsEye System include laser extinguishers that interact with embedded sensors, difficulty level customization, and electronic training records. The training eliminates mess by using lasers and smoke generators that do not leave residue, creating a safe training environment. Various package options are available, including BASE, PRO, and ELITE, each offering different components like the Transport Case and Smoke Generator. As part of its marketing, the document encourages procurement by highlighting technological innovations in training and efficiency, making it an appealing candidate for government RFPs or grants focused on fire safety training initiatives. The end goal is to ensure preparedness in emergency situations by enhancing training methods and reducing risks associated with traditional fire extinguisher training.
    The TAFB Security Requirements outline stringent protocols for contractor access to Travis Air Force Base, designated as a closed base. Contractors must undergo identity proofing and vetting, including checks with the NCIC and CLETS, unless they possess a valid government security clearance verified through JPAS. Acceptable forms of identification range from U.S. Passports to driver's licenses, with compliance dictated by the REAL ID Act. Contractors’ access can be revoked based on a disqualifying criminal background or failure to verify identity. Each contractor is responsible for submitting an Entry Authority List (EAL) for base pass requests and must ensure the legitimacy of their employees. During elevated Force Protection Conditions (FPCON), access restrictions may increase, with non-essential personnel potentially suspended. Additionally, all contractors must engage in security training and adhere to operations security protocols. Lost badges must be reported immediately, and investigations will occur before replacements are issued. This comprehensive framework establishes a secure environment while facilitating lawful contractor operations within sensitive military installations.
    The 60th Contracting Squadron at Travis Air Force Base has issued a Request for Quotation (RFQ) for a Digital Fire Extinguisher Training System under solicitation FA442725Q1030. This RFQ is intended for firms that qualify as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is structured as a Firm Fixed Price contract. Responses are due by May 5, 2025. Vendors must provide detailed specifications and a statement of their technical capabilities, alongside financial assurances and proof of compliance with federal regulations. The evaluation will focus on technical capability and price, favoring offers that meet or exceed the requirements. Additionally, all offerors must confirm their compliance with various Federal Acquisition Regulation clauses, particularly concerning cybersecurity and telecommunications equipment. The solicitation includes several attachments, including a Statement of Need and security requirements for Travis AFB. This RFQ reflects the government's commitment to procure vital training tools while supporting small businesses, particularly veteran-owned entities, in the federal contracting space.
    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.
    Fire Extinguisher
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a firm-fixed-price, three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for fire extinguishers (NSN 4210-01-677-2080) to support Joint Light Tactical Vehicle (JLTV) units. The procurement requires offers for a total quantity of up to 281 units, with a guaranteed minimum of 14 units, and submissions must be made for the entire quantity across all three ordering years, as partial offers will not be considered. These fire extinguishers are critical for ensuring safety and compliance in military operations. Interested vendors should submit their proposals via email to the primary contact, Stephen Granch, at Stephen.Granch@dla.mil by the specified due date, with deliveries commencing 455 days after the order date, and shipments directed to the Defense Distribution Depot Red River.
    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.
    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 3,000 fire extinguishers under solicitation number NSN 4210011491356. These extinguishers are critical for fire safety and emergency response, ensuring the protection of personnel and property in various operational environments. The solicitation is set aside for Women-Owned Small Businesses (WOSB), and all responsible sources are encouraged to submit their quotes electronically, as hard copies will not be available. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, with the deadline for quote submission being 94 days after the award date.
    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.
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    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.
    Extinguisher, Fire, A
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, OK, is seeking procurement for fire extinguishers classified under the PSC code 1680, which pertains to miscellaneous aircraft accessories and components. This opportunity involves the justification for acquiring these critical safety items, which are essential for maintaining operational safety and compliance within military aviation environments. Interested vendors can reach out to Chris Lally at 405-855-3529 or via email at christopher.lally.1@us.af.mil for further details regarding the procurement process. Specific funding amounts and deadlines have not been disclosed in the available information.
    1377-01-454-7651; SS66; Cartridge, Fire Extinguisher
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of the CCU-121/A Fire Extinguisher Cartridge (NSN 1377-01-454-7651). This competitive solicitation requires compliance with strict technical specifications, including the submission of first article test samples, production lot test samples, and adherence to quality control measures as outlined in MIL-DTL-82946 (OS) and related standards. The cartridges are critical safety items used in various military applications, necessitating rigorous inspection and acceptance processes at both the contractor's facility and the delivery destination. Interested vendors should contact Taytiana Quiero at taytiana.e.quiero.civ@us.navy.mil or by phone at 771-229-0433 for further details, as the solicitation emphasizes the importance of safety and compliance in handling explosive materials.
    Fire Extinguisher Assembly & Valve
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is preparing to solicit a Firm Fixed Price contract for the assembly and valves of fire extinguishers. This procurement involves a sole source contract with KIDDIE Technologies Inc for a total of 715 fire extinguisher assemblies and 3,720 fire extinguisher valves, which are critical components for military applications. The solicitation, identified as W912CH-25-R-0230, is expected to be released within two to four weeks, and interested contractors must be registered in the System for Award Management (SAM) to participate. For further inquiries, contractors can reach out to Contract Specialist Angelo Wilson at angelo.b.wilson.civ@army.mil.