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
    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
    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
    Similar Opportunities
    CGC STURGEON BAY WATER MIST FIRE SUPRESSION TESTING WITH UPDATE SOW
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide services for the Hi-Fog Water Mist Fire Suppression System on the USCGC Sturgeon Bay, located in Bayonne, New Jersey. The contractor will be responsible for conducting a 5-year and annual inspection, renewing 29 bottles, and ensuring the system operates correctly, which includes setting up, testing, and returning the system to normal operation. This procurement is crucial for maintaining the safety and operational readiness of the vessel's fire suppression capabilities. Interested vendors must submit their quotations by 0800 Pacific Time on December 29, 2025, with the performance period scheduled from December 22 to December 29, 2025. For further inquiries, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    J&A NR3 HPBAC NEW WORK RCC 510N
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center, is seeking a sole-source contractor for the overhaul of the Number 3 High Pressure Breathing Air Compressor (NR3 HPBAC) onboard the USS SAN ANTONIO (LPD 17). The procurement aims to address urgent maintenance needs due to the ship's firefighting capabilities being compromised, as only one of the two SCBA charging stations is operational. This overhaul is critical to ensure the safety and operational readiness of the vessel, with a contract value of approximately $88,848.53 funded by Fiscal Year 2022 Other Procurement, Navy (OPN) funds. Interested parties should contact Gregory Hodges at gregory.d.hodges@navy.mil or Chris Evans at christopher.evans17.civ@us.navy.mil, with the work expected to commence by November 28, 2022, and be completed by May 6, 2023.
    Air Station Detroit Fire Suppression System Inspection
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide inspection and testing services for the fire suppression system at Air Station Detroit, located at Selfridge ANGB in Michigan. The procurement involves a request for quotation (RFQ) for commercial services, focusing on the inspection of installed fire alarms and suppression systems in accordance with the attached Statement of Work (SOW). This opportunity is critical for ensuring the safety and operational readiness of fire control equipment, which plays a vital role in emergency response and safety protocols. Interested small businesses must submit their bids through the Unison Marketplace platform, with questions directed to Marketplace Support at marketplacesupport@unisonglobal.com or by calling 877-933-3243. The solicitation emphasizes a total small business set-aside and will utilize an online competitive reverse auction format to enhance vendor participation.
    Redacted J&A for Refrigerant Flushing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVSUP Fleet Logistics Center Jacksonville, is seeking contractors to provide refrigerant flushing services for two R134a Refrigerant Systems at the Naval Submarine Base in Kings Bay, Georgia. The objective of this procurement is to ensure the proper maintenance and operation of critical refrigeration systems, which are essential for the functionality of naval vessels. Interested parties can reach out to Elizabeth Benites at 904-351-6134 or via email at elizabeth.benites@navy.mil for further details regarding the opportunity. The procurement falls under the PSC code J019, which pertains to maintenance, repair, and rebuilding of equipment related to ships and small craft.
    Seattle VA Portable Fire Extinguisher Maintenance Service RFQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide comprehensive maintenance services for approximately 1,500 portable fire extinguishers across the VA Puget Sound Health Care System facilities located in Seattle, American Lake, and Magnolia, Washington. The procurement includes monthly, annual, and six-year inspections, as well as a twelve-year hydrostatic test swap-out program, ensuring compliance with NFPA 10, TJC, OSHA, and VA directives. This maintenance service is critical for maintaining fire safety and compliance across the facilities, with the contract valued at up to $12.5 million and set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their quotations by December 16, 2025, and can contact Michael J Borelli at Michael.Borelli@va.gov for further information.
    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 100 fire extinguishers (NSN 4210011749474) under a Combined Synopsis/Solicitation notice. The extinguishers are critical for fire safety and rescue operations, emphasizing the importance of reliable safety equipment for military and defense personnel. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and quotes must be submitted by the specified deadline, with delivery expected within 393 days after order placement.
    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.
    ACCUMULATOR,HYDRAUL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of hydraulic accumulators. This contract involves the manufacture or refurbishment of hydraulic accumulators, with specific requirements for inspection, repair, and quality assurance as outlined in the Technical Data Package and applicable repair instructions. These components are critical for the operation and maintenance of naval vessels, ensuring their reliability and performance in various maritime conditions. Interested vendors should contact Kathryn Shutt at 717-605-2430 or via email at KATHRYN.E.SHUTT.CIV@US.NAVY.MIL for further details, and proposals must address the required turnaround time of 183 days for repairs.
    Rental of (1) Diesel Ultra High Pressure (UHP) Trailer 20K PSI/20 GPM and component parts
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a Diesel Ultra High-Pressure (UHP) Trailer capable of delivering 20,000 PSI and 20 gallons per minute, along with associated services for a duration of 13 weeks, with a potential extension of 2 weeks. The UHP system must be trailer-mounted, diesel-powered, and designed for outdoor operation in extreme temperatures, incorporating specific safety features and components. This procurement is critical for supporting various operational needs at the shipyard, and contractors will be responsible for maintenance, repairs, and training of government personnel. Proposals are due by December 25, 2025, at 8:00 AM ET, and interested vendors must submit their quotes via email to David Ham at david.m.ham7.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).