Hydrostatic Testing & Recharge CO2 Portable Extinguishers
ID: 20250004094Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR JACKSONVILLEJACKSONVILLE, FL, 32212-0097, USA

NAICS

Testing Laboratories and Services (541380)

PSC

EQUIP/MATERIALS TESTING- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS (H242)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 12:00 PM UTC
Description

The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide hydrostatic testing and recharging services for CO2 portable extinguishers aboard the USS Ramage (DDG 61). The contractor will be responsible for testing and recharging a total of 190 extinguishers, ensuring compliance with maintenance standards, and coordinating services with designated personnel at Mayport Naval Station. This procurement is critical for maintaining safety and operational readiness within military installations, and interested parties are encouraged to submit their capabilities and qualifications by contacting Jessica Harrison and Chelsea McNeely via email. Responses must be submitted by a specified deadline and should not exceed five pages in length.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 1:04 PM UTC
The USS Ramage (DDG 61) requires a contractor for hydrostatic testing and recharging of 190 CO2 portable extinguishers. The scope of work includes providing necessary personnel, equipment, and documentation to ensure compliance with maintenance standards. The contractor must carry out testing in increments of no more than 48 extinguishers at a time and clearly mark any failed units. Services must be coordinated with the designated point of contact and require a 24-hour notice for pickup and delivery, which must occur during specified business hours at Mayport Naval Station. Delivery requirements include submission of certification paperwork and the stamping of test dates on extinguishers. Performance will be monitored through inspections, requiring 100% quality and accuracy, especially with invoicing and deliverables. Additionally, personnel must comply with the Defense Biometric Identification System (DBIDS) procedures for access to military installations. Overall, this work statement outlines both the operational and administrative protocols necessary for fulfilling the extinguisher testing and recharging contract.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Fire Extinguisher Maintenance Services
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for fire extinguisher maintenance services at Marine Corps Air Station New River in North Carolina. The contractor will be responsible for the maintenance, repair, and recharge of 140 Halotron flightline fire extinguishers, which includes six-year maintenance and twelve-year hydrostatic testing, all in compliance with specified standards and regulations. This procurement is critical for ensuring operational safety through the proper maintenance of essential fire safety equipment. Interested contractors must submit their bids by May 5, 2025, at 2:00 PM, and are encouraged to contact Monica R. Thomas at monica.r.thomas.civ@usmc.mil or Michael Dobbins at michael.dobbins@usmc.mil for further information.
CGC OAK Inspection and Service of CO2 and APC Marine Fire Suppression Systems
Buyer not available
The US Coast Guard Surface Force Logistics Center invites quotations for the inspection and service of CO2 and APC marine fire suppression systems on the USCGC OAK. This combined synopsis and solicitation seek a firm-fixed-price contract under FAR Part 13.5. The work involves providing all necessary labor, supervision, and materials to inspect and service the fire suppression systems aboard the vessel, which is docked in Newport, Rhode Island. The contract is intended for small businesses, and all responsible vendors are encouraged to submit quotations. The deadline for submission is 12 pm Pacific Time on September 27th, 2023. Vendors must email their quotes to Donna.J.O'Neal@uscg.mil and Michael.E.Madrigal@uscg.mil and ensure receipt is acknowledged by the Coast Guard. The solicitation incorporates provisions and clauses effective through Federal Acquisition Circular 2005-65. Vendors must comply with the small business standards and use a SAM.gov registered DUNS number on their quotes. For more information, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or 5103931145.
USCGC RAYMOND EVANS FIRE SURPRESSION SYSTEMS INSEPCTION
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform inspection and certification of the FM200 and Galley Fixed Fire Suppression Systems aboard the USCGC RAYMOND EVANS (WPC 1110) located in Key West, Florida. The contractor will be required to travel to the cutter's homeport to conduct the necessary inspections in accordance with established procedures, with the service scheduled for the week of May 21, 2025, subject to confirmation by the cutter's Engineering Petty Officer. This procurement is critical for ensuring compliance with safety and operational standards for the Coast Guard's fire suppression systems, which are vital for the safety of personnel and equipment. Interested vendors must submit their Firm Fixed Price quotations by May 7, 2025, at 9:00 A.M. Eastern Standard Time, and can direct inquiries to Timothy Ford at timothy.s.ford@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil.
USACE NWP Fire Extinguisher: Questions and Responses
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is seeking qualified contractors for fire extinguisher maintenance and servicing for various facilities within the Willamette Valley and Rogue River Basin Projects in Oregon. The contract requires annual inspections and servicing of fire extinguishers and emergency equipment, with contractors expected to provide a detailed inventory and maintenance schedule in compliance with National Fire Protection Association (NFPA) standards and other relevant regulations. This procurement is critical for ensuring fire safety and compliance across government facilities, with a total contract value of $12,500,000 and a performance period from September 1, 2025, to August 31, 2026. Interested parties can direct inquiries to Raymie Briddell at raymie.l.briddell@usace.army.mil or Darrell Hutchens at darrell.d.hutchens@usace.army.mil.
REPLACEMENT FIRE SUPPRESSION
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is soliciting quotes for the procurement of replacement fire suppression systems and associated kits under Request for Quote number 70Z08525Q40068B00. This procurement is a total small business set-aside and requires that only authorized distributors of the Original Equipment Manufacturer (OEM), A.F.P. Corp (CAGE Code 0DS58), submit bids, which must include proof of authorization. The items are critical for ensuring effective firefighting capabilities within the Coast Guard, with a required delivery date of July 20, 2025, and quotes due by May 1, 2025. Interested vendors should contact Gina Baran at gina.m.baran@uscg.mil for further details and ensure compliance with all specified packaging, shipping, and invoicing requirements.
FIRE CHARGING PUMP
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Puget Sound, is seeking qualified sources for a potential contract to supply a SIMS Pump Major Repair Kit and complete pumps with motors. The procurement aims to identify experienced vendors capable of providing one (1) repair kit and two (2) complete pumps, adhering to the specifications outlined under NAICS code 336611, which pertains to Ship Building and Repairing. This opportunity is crucial for maintaining operational readiness and efficiency within naval operations. Interested parties must submit their capabilities statements by 10:00 A.M. (EDT) on April 25, 2025, to Heidi Brennan at heidi.r.brennan.civ@us.navy.mil, with a maximum of ten pages in 12pt font.
On-Site Inspection, Testing, Repair, Maintenance, and Certification of all CS-PAPR/ST54 SCBA Systems and Equipment for the Coast Guard Fleet.
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide on-site inspection, testing, repair, maintenance, and certification services for CS-PAPR/ST54 SCBA systems and equipment utilized by the Coast Guard fleet. The contract aims to ensure operational readiness and compliance with safety standards for Maritime Security Response Teams (MSRT) through routine inspections and necessary repairs, with a focus on maintaining critical safety equipment. This procurement is structured as a combined synopsis/solicitation with a one-year base period starting July 1, 2025, and includes four optional extension periods; quotes are due by May 7, 2025, and questions will be accepted until April 29, 2025. Interested parties can contact Vince Zentner at vince.e.zentner@uscg.mil or Tina Ford at tina.m.ford@uscg.mil for further information.
42--CANISTER,CARBON DIO, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of carbon dioxide canisters. This procurement involves comprehensive repair efforts, including teardown and evaluation of the canisters, with a required turnaround time of 229 days for completion. The canisters are critical safety and rescue equipment, underscoring their importance in military operations. Interested contractors must submit their proposals, including pricing and any exceptions to the solicitation requirements, to the primary contact, Kaitlyn T. Mounts, via email at kaitlyn.t.mounts.civ@us.navy.mil or by phone at 717-605-5937. The solicitation is part of an emergency acquisition initiative, and all contractual documents will be considered issued upon transmission by the government.
Compressor and hose
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of a High Pressure Air Compressor (HPAC) and associated hose for use on the USS Bataan. The requirement includes a compressor capable of producing a final pressure between 2700-3300 PSI with a discharge capacity of 19.8 Standard Cubic Feet per Minute (SCFM), along with a 75-foot hose compatible with the ship's air inlet system. This equipment is critical for enhancing operational efficiency and self-sufficiency aboard naval vessels, particularly for recharging Self-Contained Breathing Apparatus (SCBAs) and providing backup to the ship's low-pressure air system. Interested vendors must submit their quotes by the specified deadline, and all inquiries should be directed to Elysia Allen at elysia.m.allen2.civ@us.navy.mil, with a required delivery date of 24 weeks after receipt of order.
CGC JAMES - AFFF MONITOR
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of a National Foam HMB-4 Remote Control Hydraulic Monitor, which is critical for fire suppression operations on the CGC JAMES. This procurement is part of the maintenance efforts for the CGC HAMILTON, necessitating the replacement of a damaged harness to ensure operational readiness and compliance with safety standards. The period of performance for this contract extends until November 31, 2024, with delivery directed to CGC JAMES in North Charleston, South Carolina. Interested parties should contact Tyler Melton at Tyler.k.melton@uscg.mil or by phone at 510-437-5437 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.