STEA PARK WIDE FIRE EXTINGUISHER INSPECTION, TESTI
ID: 140P4524Q0073Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SUPPLY MABO(45000)STATEN ISLAND, NY, 10305, USA

NAICS

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

PSC

QUALITY CONTROL- FIRE CONTROL EQUIPMENT (H112)

Set Aside

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

    The National Park Service (NPS) is soliciting proposals for the inspection, testing, maintenance, repair, and replacement of fire extinguishers at the Steamtown National Historical Site in Scranton, PA, under the Request for Quote (RFQ) number 140P4524Q0073. The contract encompasses a base period of twelve months with the possibility of four optional extensions, covering approximately 312 fire extinguishers that must comply with NFPA and OSHA standards. This procurement is set aside for small businesses under NAICS Code 811310, emphasizing the importance of maintaining safety and compliance within federal facilities. Proposals are due by September 20, 2024, at 2:00 PM EDT, and interested contractors should contact Linda Richardson at Linda_Richardson@nps.gov for further details.

    Point(s) of Contact
    Richardson, Linda
    (718) 815-6151
    (718) 815-6971
    Linda_Richardson@nps.gov
    Files
    Title
    Posted
    The Steamtown National Historic Site (STEA) in Scranton, PA, seeks a contractor for the annual inspection, testing, maintenance, repair, and replacement of portable fire extinguishers. This contract consists of a base period of twelve months, with up to four optional extensions. The work, covering approximately 312 fire extinguishers, must comply with numerous regulations including NFPA and OSHA standards. Contractors are required to ensure that their employees are certified and properly equipped while maintaining a professional demeanor on-site. The contractor must also coordinate service schedules with STEA, conduct inspections thoroughly, and provide a detailed invoice after services. Further accountability includes a Quality Control Plan and adherence to all safety regulations. The document includes specific contact details for the STEA representatives and outlines compliance responsibilities for the contractor, emphasizing liability for damages and the necessity of obtaining proper licenses and permits. All operations must aim to safeguard both property and individuals, ensuring no disruption to park activities or visitor safety.
    The document outlines the inventory and servicing schedule for fire extinguishers across multiple buildings, specifically detailing locations, types, and weights of extinguishers that require attention in March 2024. Each building section, including the OSB, MOW, PENN DRIVE, HISTORY MUSEUM, THEATER, Vister Center, Book Store/Oil House, and TECHCNOCLONGY, lists extinguishers categorized by floor and area, all classified as ABC type with a weight of either 5 or 10 pounds. The repetitive structure indicates a systematic approach to ensure fire safety compliance within facilities. Compliance with safety standards is implied to align with federal and state mandates for preventative measures in public buildings. This schedule serves as a crucial maintenance outline to uphold fire safety regulations and readiness, reflecting the government's commitment to maintaining safe environments in its facilities.
    The document outlines various aspects and considerations pertaining to government RFPs (Requests for Proposals) and funding opportunities at federal, state, and local levels. The primary focus is on establishing clear guidelines and expectations for applicants while emphasizing compliance with regulatory and procedural standards. Key areas discussed include eligibility criteria for applicants, funding availability, and the types of projects eligible for support, such as infrastructure improvements, health services, and environmental assessments. The document also details the submission process, evaluation criteria, and requirements for accountability and reporting to ensure that funds are used effectively and transparently. Emphasizing collaboration among stakeholders is vital for successful project implementation, with reiteration on the importance of community engagement and adherence to best practices. In summary, this document serves as a comprehensive guide for organizations seeking government funding and highlights the importance of meeting set guidelines to secure financial support for various initiatives, ultimately aiming to enhance public services and community well-being.
    The document outlines the Past Performance Questionnaire and References required for contractors applying for the STEA Fire Extinguisher Service (RFP 140P4524Q0073) under the National Park Service. It serves as a tool to evaluate the qualifications and experience of bidders by collecting vital information regarding their past contract performance, including the types and values of projects completed in the last five years, and details about their work history as prime or subcontractors. Contractors are asked to provide references, including contact details for verification purposes, and to certify the accuracy of their submitted information. Additionally, the questionnaire includes inquiries about any past failures in contract completion and the use of performance/payment bonds. As part of the RFP process, this document stresses the importance of past performance as a factor in determining the contractor’s capability to fulfill the requirements of the solicitation. Returning the completed form to the specified contact person ensures that the National Park Service can assess the applicant’s qualifications effectively.
    The document outlines a request for quotations (RFQ 140P4524Q0073) for fire extinguisher inspections at the Steamtown National Historic Site. Offerors must provide pricing for base and optional line items, including service calls at various locations, annual inspections, hydro testing, and pricing for new fire extinguishers of multiple sizes. Each section specifies quantities and requires unit pricing alongside the total extended costs, ensuring that all bids comply with solicitation requirements. Moreover, the optional items can be exercised at the sole discretion of the government, reflecting a flexible approach to budgeting for safety equipment. The rigorous structure underscores the necessity for detailed and accurate proposals. It ensures that bids are submitted in conformity with the outlined specifications, reinforcing compliance with federal contracting norms. The overarching aim is to maintain safety standards at the historic site while ensuring the effectiveness and reliability of fire safety measures.
    The National Park Service (NPS) is soliciting proposals for fire extinguisher inspection and service at the Steamtown National Historical Site in Scranton, PA, through a Request for Quote (RFQ) numbered 140P4524Q0073. This procurement is 100% set aside for small businesses under NAICS Code 811310, which pertains to the repair and maintenance of commercial and industrial machinery. The project's period of performance includes a base year and four optional years of service, with proposals due by September 20, 2024, at 2:00 PM EDT. Respondents must demonstrate technical capability, provide resumes for key personnel, and show relevant past performance on similar projects. The evaluation will consider price reasonableness, and proposals must comply with federal contracting regulations. Mandatory registration with the System for Award Management (SAM) is required, and contractors must submit their quotes via email. Specific terms and conditions apply, including insurance requirements and electronic invoicing procedures. This initiative underlines the NPS's commitment to maintaining safety and compliance within its facilities.
    The Technical Questionnaire for the STEA Fire Extinguisher Service solicitation at Steamtown National Historic Site in Scranton, PA, is critical for evaluating contractor proposals. It requires offerors to detail their project execution plans, including adherence to the statement of work and cost management. Key areas of inquiry include the contractor's experience with similar projects, their knowledge of fire extinguisher service work, the equipment they plan to utilize, and strategies for ensuring quality in deliverables. Each question is designed to assess the contractor's capability to meet the project's specifications effectively, emphasizing the importance of precise and comprehensive responses to avoid being deemed non-responsive. The responses will play a significant role in the selection process for awarding the contract, underlining the necessity for contractors to showcase their qualifications and planned methodologies clearly. This document fundamentally aims to facilitate a structured evaluation process integral to government sourcing practices.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fire, alarm, sprinkler sys insp, Mt Rainier NP
    Active
    Interior, Department Of The
    The National Park Service is seeking qualified contractors to provide inspection, testing, and maintenance services for fire alarm and sprinkler systems at Mount Rainier National Park. The procurement aims to ensure compliance with National Fire Protection Association (NFPA) standards by identifying and reporting deficiencies in these critical safety systems. This opportunity is particularly significant for enhancing emergency preparedness within federal facilities while promoting small business participation, as it is a total small business set-aside with a size standard of $11.5 million. Interested vendors must submit their quotations by 2 p.m. Pacific Time on August 19, 2024, and direct any questions to Hal Hoversten at halhoversten@nps.gov by September 16, 2024.
    Z--Ext. Paint and Apply Fire Retardant to Roofs, LAVO
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting quotes for exterior painting and fire retardant application at Lassen Volcanic National Park. The project involves painting the Yah-Mah-Nee Visitor Center, two Entrance Station Fee Booths, and an adjacent Amphitheater, as well as applying fire retardant to shake shingles on 19 historic structures within the park. This initiative is crucial for preserving the park's historic buildings while ensuring compliance with safety and environmental regulations. Interested contractors must submit their quotes electronically by 3 PM PST on September 20, 2024, and can contact Phaedra Fuller at phaedrafuller@nps.gov for further details. The estimated contract value ranges from $100,000 to $250,000, with the performance period extending from September 30, 2024, to July 31, 2025.
    PECO HVAC & Boiler Service
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals from qualified small businesses for a service contract focused on HVAC and boiler maintenance at Pecos National Historical Park in New Mexico, under solicitation number 140P6424Q0090. The contract will be a firm-fixed price agreement covering a base year with the potential for four additional option years, and it requires compliance with the Service Contract Act Wage Determination for San Miguel County, NM. This procurement is crucial for ensuring the operational efficiency and safety of the park's facilities, as it encompasses routine inspections, preventative maintenance, and emergency repairs for various HVAC systems. Interested contractors must submit their proposals by September 19, 2024, at 12:00 PM EST, including a Price Schedule, evidence of technical capability, and registration in the System for Award Management. For further inquiries, contact Jordan Ellis at jordanellis@nps.gov or 330-468-2500.
    42--EXTINGUISHER,FIRE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 79 fire extinguishers under solicitation number NSN 4210015156844. The extinguishers are critical for fire safety and emergency response, ensuring the protection of personnel and assets in various operational environments. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery to DLA Distribution San Joaquin is set for 114 days after award. For inquiries, potential bidders can contact the buyer via email at DibbsBSM@dla.mil.
    42--EXTINGUISHER,FIRE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 26 fire extinguishers under solicitation number NSN 4210015156844. The extinguishers are critical safety equipment intended for use in various defense operations, ensuring compliance with safety regulations and protecting personnel and assets. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all submissions should be directed to the buyer listed in the solicitation document. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, with a delivery deadline set for 168 days after order approval.
    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 fire extinguishers, specifically NSN 4210012459850, with a total quantity of 1,166 units required for delivery to DLA Distribution San Joaquin. This solicitation is part of a Combined Synopsis/Solicitation and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of supporting veteran-owned enterprises in government contracting. The procurement is critical for ensuring safety and compliance in various operational environments, as fire extinguishers are essential safety equipment. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quotes is set for 112 days after the award date.
    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 fire extinguishers, specifically NSN 4210016995454, with a total quantity of 162 units required for delivery to DLA Distribution San Joaquin. This procurement is crucial for ensuring the safety and emergency preparedness of military facilities, highlighting the importance of reliable fire safety equipment. The solicitation is a Total Small Business Set-Aside, and interested vendors must submit their quotes electronically, as hard copies will not be available. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and the solicitation details can be accessed through the DLA's online platform.
    Wing Wide Fire Extinguisher Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the 130th Airlift Wing in Charleston, West Virginia, is seeking quotations for the Wing Wide Fire Extinguisher Service, which includes hydrostatic testing and servicing of fire extinguishers in compliance with National Fire Protection Agency (NFPA) standards. The procurement involves testing a total of 162 ten-pound extinguishers, purchasing 26 new ten-pound ABC extinguishers, and 2 six-liter Class K extinguishers, with services to be performed Monday through Friday from 8:00 am to 4:30 pm, excluding federal holidays. This initiative is crucial for maintaining safety standards and operational readiness at the airlift wing, ensuring that fire protection equipment is properly maintained and compliant. Interested small businesses must submit their quotations by September 23, 2024, and ensure they are registered in SAM.gov; for further inquiries, contact SSgt Jorden McCormick at jorden.mccormick@us.af.mil or 304-341-6206.
    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 fire extinguishers, specifically NSN 4210015503888, with a requirement for four units. This solicitation is part of a Combined Synopsis/Solicitation and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of supporting veteran-owned enterprises in government contracting. The fire extinguishers are critical for safety and emergency response operations, ensuring readiness and compliance with safety regulations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and inquiries can be directed to the DLA at DibbsBSM@dla.mil. The delivery is expected within 167 days after order, and all responsible sources are encouraged to participate.
    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.