Repair Fire Suppression
ID: W50S8W-25-Q-A004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N9 USPFO ACTIVITY WYANG 153CHEYENNE, WY, 82009-4799, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

VALVES, NONPOWERED (4820)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking contractors to perform repairs on fire suppression systems at the 153d Airlift Wing located in Cheyenne, Wyoming. The project involves a comprehensive inspection and replacement of components such as mechanical seals and solenoid valves on fire pumps, ensuring the systems remain operational and compliant with safety standards. This maintenance is critical for safeguarding government facilities and ensuring effective fire protection measures are in place. Interested contractors should note that the total award amount is $19,000,000, with a submission deadline extended to May 6, 2025, and a mandatory site visit scheduled for April 29, 2025. For inquiries, contact Kristopher W. Kahle at kristopher.kahle@us.af.mil or Christopher Davalos at christopher.davalos.1@us.af.mil.

    Files
    Title
    Posted
    The Wyoming Air National Guard has issued a Performance Work Statement for the repair of fire suppression systems at the 153d Airlift Wing, located at Cheyenne Regional Airport. The primary purpose is to ensure the fire suppression system is operational and compliant with safety standards, essential for protecting governmental facilities. The contractor is required to coordinate projects in advance with a designated Point of Contact (POC), adhere to access and security protocols, and rectify any damages incurred during the project. Work is to be conducted during standard hours, requiring advance requests for outside work hours. Specific tasks include visual inspection and replacement of components like seals and solenoid valves on fire pumps, followed by system testing to verify performance and integrity. Additionally, contractors must comply with safety regulations and ensure proper clean-up. Overall, the document emphasizes adherence to safety and operational protocols in a government facilities context, highlighting the importance of fire protection system maintenance.
    The Contractors Entry Authority List outlines the entry control requirements for the 153d Airlift Wing, detailing the process for individuals seeking access. It emphasizes the necessity of providing personal information, such as name and date of birth, for entry validation. The document lists specific behaviors and criminal records that could lead to denial of access, including terrorist affiliations, unresolved identity claims, and various felony convictions. Additionally, it presents a redress and appeal policy for individuals denied entry, allowing applicants to provide further identification information for evaluation. The document underscores the importance of ensuring security and maintaining the installation's integrity by vetting personnel against national security concerns. Overall, it serves as a regulatory framework for managing access and safeguarding the facility against potential threats.
    The document requests high-resolution images related to specific components of fire suppression systems, specifically fire pump data plates, mechanical seals, and solenoids. This request likely pertains to maintenance, inspection, or compliance efforts within fire safety regulations. The images are essential for ensuring accurate documentation and analysis of the components used in fire safety equipment. The focus on clarity and detail indicates a strong emphasis on quality and precision, which is crucial for maintaining safety standards. The straightforward nature of the request aligns with typical processes in government RFPs, highlighting the importance of acquiring accurate information for effective oversight and regulation of fire safety measures. Overall, the document illustrates the attention to detail required in federal and state requirements surrounding fire safety equipment documentation and verification.
    The document outlines a solicitation for a contract aimed at maintaining and ensuring compliance of fire suppression systems at designated facilities as part of a Women-Owned Small Business (WOSB) initiative. The specific requisition number indicates that the work is to be completed according to an attached Performance Work Statement (PWS). The project has a total award amount of $19,000,000, with a delivery timeline of 30 calendar days following the award date. Key aspects include adherence to safety regulations, the requirement for successful bidders to provide detailed pricing information, and clarification of payment methods through the Wide Area Workflow (WAWF) system. The solicitation incorporates various Federal Acquisition Regulation (FAR) clauses that govern the performance, including conditions for subcontracting and compliance with federal statutes. The document emphasizes the importance of utilizing small business concerns such as economically disadvantaged women-owned and service-disabled veteran-owned businesses while ensuring adherence to specific procurement standards. Overall, this solicitation aims to foster inclusive business opportunities and maintain critical safety infrastructure for government facilities.
    This document details an amendment to a federal solicitation, specifically modifying bid submission requirements and providing updates on a project. The solicitation's deadline is extended to May 5, 2025, with a mandatory site visit schedule for April 29, 2025, at 9:00 AM MST in Cheyenne, Wyoming. The contractor must acknowledge receipt of this amendment by specified methods to ensure their offer is considered valid and avoid rejection. Additional questions have also been incorporated into the solicitation documentation. The amendment clarifies that all other terms of the original solicitation remain unchanged. This amendment serves to facilitate contractor engagement while ensuring compliance with submission timelines and site visit requirements.
    Lifecycle
    Title
    Type
    Repair Fire Suppression
    Currently viewing
    Solicitation
    Similar Opportunities
    Edwards AFB Fire Suppression Maintenance 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    B491 Fire Alarm Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the repair of fire alarm systems at Facility B491, Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary equipment and labor to repair and rebuild the Simplex 4100ES Fire Alarm Control Panel, ensuring network communication with Facility B492 for fire pump activation. This project is critical for maintaining safety and compliance with fire control standards, and the total estimated award amount is $25 million. Interested parties must submit their proposals by January 5, 2026, and are encouraged to attend a site visit on December 16, 2025, with questions due by December 19, 2025. For further inquiries, contact SrA Jason Arizmendi at jason.arizmendi@us.af.mil or Lt Ryan Brewster at ryan.brewster.3@us.af.mil.
    Fire Alarm System Replacement, Mountain Home AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.
    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.
    Hangar 3211 Fire Suppression Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Hangar 3211 Fire Suppression Repair project at Joint Base McGuire-Dix-Lakehurst in New Jersey. This project involves the demolition and removal of an existing High Expansion Foam fire suppression system and fire alarm system, followed by the installation of a new mass notification fire alarm and HEF system, along with related incidental work. The project is critical for ensuring the safety and operational readiness of the hangar, and it will be conducted in an occupied building, requiring careful coordination to minimize disruption. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Kristen Rodgers at kristen.rodgers.1@us.af.mil or 609-754-4690 for further details.
    Fire Sprinkler System Inspection and Repair Services at PEWARS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is seeking contractors to provide fire sprinkler system inspection and repair services at the Pittsburgh facility. The procurement involves comprehensive inspection and repair tasks for existing wet-pipe fire sprinkler systems in Buildings N-104 and T-1002, adhering to various National Fire Protection Association (NFPA) standards and Occupational Safety and Health Administration (OSHA) regulations. This work is critical for ensuring the safety and compliance of fire protection systems, which play a vital role in safeguarding personnel and property. Interested contractors can reach out to Lisa Bisnette at lisa.d.bisnette@usace.army.mil or call 412-395-7556 for further details regarding the Performance Work Statement and submission requirements.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of KC-135 valves and pumps under a five-year Firm Fixed Price Requirements Type Contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of various fuel system components to restore them to like-new condition, ensuring the operational readiness of critical aircraft systems. The anticipated contract will likely be awarded as a sole source to ITT Aerospace Controls, emphasizing the importance of these components in maintaining aircraft performance and safety. Interested parties can reach out to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further details, with the total acquisition cost estimated at $1,846,309.05 and specific delivery timelines outlined in the associated documents.
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.