CO2 Fire Suppression System Inspection Service and Hydrostatic Testing
ID: FA813225Q0009Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8132 AFSC PZIMCTINKER AFB, OK, 73145-3303, USA

NAICS

Testing Laboratories and Services (541380)

PSC

INSPECTION- FIRE CONTROL EQUIPMENT (H312)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide CO2 fire suppression system inspection services and hydrostatic testing at Tinker Air Force Base in Oklahoma. The procurement encompasses annual and semi-annual inspections, preventive and remedial maintenance, and compliance with OEM specifications, ensuring that all fire suppression systems meet safety and operational standards. This opportunity is critical for maintaining operational safety and regulatory compliance within government facilities, reflecting the importance of effective fire safety management. Interested vendors must attend a mandatory site visit on February 21, 2025, and submit their quotes by March 7, 2025, at 12:00 PM CST. For further inquiries, potential bidders can contact Margaret King at margaret.king.1@us.af.mil or Jaqueline Hughes at jaqueline.hughes@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as an equipment list for CO2 fire suppression systems, documenting their specifications and operational status across various locations. It details a total of 61 units primarily manufactured by Ansul and KIDDE, with a focus on the equipment's model numbers, capacity, and whether they are connected to the facility's fire alarm control panel (FACP). A significant number of entries are flagged for issues, including faulty alarms, systems not tied to the building FACP, and certifications needed for operational readiness. The equipment operates Monday to Friday from 5:45 AM to 10:30 PM, indicating a structured schedule for system checks and maintenance. The emphasis on equipment status underscores the critical need for fire safety compliance and readiness, aligning with federal and local regulations for fire suppression systems. The document highlights the importance of ensuring these safety systems are functional and integrated properly, which is key for fulfilling governmental health and safety mandates in various facilities.
    The document outlines the status of fire safety equipment, specifically fire bottles, within various locations, focusing on their hydrostatic testing and inspection results. Each entry includes the identification number, hydrostatic due date, inspection status (PASS or FAIL), annual inspection due date, location, discrepancies, and remarks. A majority of the entries indicate successful passes, while several entries show critical failures ranging from missing inspections to being out of service due to failed hydro testing, requiring immediate attention. Notably, there are recurring issues reported on multiple units located at the "Cage" and "AWT service" locations, highlighting the urgent need for remedial action. The data underscores compliance and safety concerns in managing and maintaining fire safety equipment, which is vital to regulatory oversight and operational safety in government facilities. This record serves as a foundation for necessary improvements and regulatory compliance efforts.
    The document outlines a solicitation (FA813225Q0009) for a Firm Fixed Price (FFP) contract to provide CO2 fire suppression system inspection services and hydrostatic testing at Tinker Air Force Base, Oklahoma. This solicitation follows the formats established in relevant Federal Acquisition Regulations (FAR) and is structured for a full and open competitive bidding process. Key logistical details include a mandatory site visit on February 21, 2025, which vendors must attend to submit quotations by March 7, 2025. Proposals will be evaluated based on technical acceptability and the lowest price. To qualify, vendors must be registered in the System for Award Management (SAM) and comply with all solicitation requirements, including specific certifications related to fire suppression systems. The document also highlights additional clauses, terms, and conditions relevant to this acquisition, including payment terms, shipping requirements, and compliance with labor laws. Overall, this solicitation embodies the government's effort to ensure efficient procurement by outlining specific criteria for technical evaluation and competitive pricing while mandating compliance with regulatory standards and requirements essential for the service sought.
    This document outlines a government procurement file detailing the acquisition of fire suppression equipment, specifically CO2 fire bottles from various manufacturers. It includes a total of five non-serialized items to be procured, with listed quantities, acquisition costs, and additional details. The items specified include 100 lb and 50 lb Ansul and Kidde bottles, with respective quantities of 17 and 21 units at costs ranging from $1,801.46 to $5,653.00. The document also mentions requisitioned items, including Kidde and CO2 fire bottles, indicating a need for various sizes and types of fire suppression equipment. The primary focus of this document is to facilitate the procurement process as part of federal and state/local requests for proposals (RFPs) related to the acquisition of safety equipment. Overall, it reflects a structured approach to meeting fire safety standards while ensuring compliance with government procurement guidelines.
    The document outlines the Performance Work Statement (PWS) for Annual and Semi-Annual Fire Bottle inspections and hydrostatic testing for CO2 Fire Suppression Systems at Tinker Air Force Base. The contractor is responsible for providing all necessary labor, equipment, materials, and quality control to perform preventive maintenance (PM), remedial maintenance (RM), and hydrostatic testing of various fire suppression systems. The contractor must adhere to OEM specifications, report maintenance schedules, and notify relevant personnel before tests. Key responsibilities include conducting biannual inspections, maintaining accurate service documentation, and ensuring all replacements meet safety and operational standards. Contractor personnel must also comply with extensive safety, environmental, and operational regulations and provide necessary training records. The PWS highlights the importance of safety and the need for prompt reporting of any mishaps or damages. This comprehensive document emphasizes the government’s commitment to maintaining operational safety standards for fire suppression systems while facilitating a structured approach for contractors to meet these requirements within specified timelines and regulations, reflecting typical procedures found in government RFPs for infrastructure maintenance and safety compliance.
    This document outlines Wage Determination No. 2015-5315 under the Service Contract Act, indicating minimum wage and fringe benefits requirements for contractors in specified Oklahoma counties. It highlights the execution of Executive Orders 14026 and 13658, setting minimum pay rates of $17.75/hour and $13.30/hour, respectively, depending on contract initiation and terms. The document categorizes numerous occupations with corresponding wage rates and requires additional fringe benefits, including health and welfare, vacation, and holiday pay. Occupational titles are categorized, with specific rates listed, and regulations provide guidelines for conforming to unlisted job classifications through a formal request process. The summary stresses compliance with wage requirements to promote fair labor standards for contracted workers within federal and state RFPs, maintaining alignment with regulatory mandates regarding worker protections.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Commercial Kitchen Chemical Fire Suppression Systems Inspection, Testing, Maintenance & Repair (ITMR) Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Inspection, Testing, Maintenance, and Repair (ITMR) services for commercial kitchen chemical fire suppression systems at Mountain Home Air Force Base in Idaho. The contract, which is a Total Small Business Set-Aside, will span five years, beginning March 1, 2025, and includes a base year with four option years, emphasizing the need for bi-annual inspections, emergency service calls, and compliance with National Fire Protection Association standards. This procurement is crucial for ensuring fire safety compliance and operational readiness in commercial kitchen environments, reflecting the government's commitment to maintaining safety standards. Interested contractors should contact Raphael Parker at raphael.parker.2@us.af.mil or (208) 828-4011 for further details and must adhere to submission protocols outlined in the solicitation documents.
    AIR COMPRESSOR MAINTENANCE SERVICE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for air compressor maintenance services at Altus Air Force Base in Oklahoma. The procurement requires comprehensive maintenance, including scheduled minor and major services, as well as unscheduled repairs for Ingersoll Rand equipment, ensuring operational readiness and compliance with safety and environmental regulations. This maintenance service is critical for the effective functioning of military operations, reflecting the government's commitment to maintaining high standards of equipment reliability. Interested contractors must submit their proposals by March 7, 2025, and can direct inquiries to Scott Swain at scott.swain.2@us.af.mil or Kelsey L. Brightbill at kelsey.brightbill@us.af.mil.
    Replace CO Detectors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to replace carbon monoxide (CO) detectors at Fairchild Air Force Base in Washington. The project involves the removal and installation of 24 brand-name or equivalent CO detectors in Building 2080, integrating them into the existing fire alarm system, and addressing faults in the fire alarm control panel. This initiative is crucial for maintaining safety standards within federal facilities and is set aside for small businesses under NAICS code 561621. Interested vendors must register in the System for Award Management (SAM) and submit their proposals by February 18, 2024, following a site visit scheduled for February 11, 2024. For further inquiries, potential bidders can contact Brandon Teague at brandon.teague.1@us.af.mil or Evan Maddox at evan.maddox@us.af.mil.
    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.
    TINKER AFB MAC BOA WWYK210380, REPAIR DUCTWORK, P37-P-39, B3001
    Buyer not available
    The Department of Defense, specifically the Air Force Materiel Command, is soliciting proposals for the repair of ductwork at Tinker Air Force Base in Oklahoma under the project title "TINKER AFB MAC BOA WWYK210380, REPAIR DUCTWORK, P37-P-39, B3001." The project involves replacing corroded ductwork to enhance HVAC efficiency, requiring contractors to provide all necessary materials, labor, and equipment while adhering to stringent safety and environmental regulations. This initiative is crucial for maintaining operational efficiency and compliance with federal standards at military facilities. Interested contractors, particularly small businesses, must submit their proposals, including performance and payment bonds, by the specified deadline, and can direct inquiries to Stephen Palmer at stephen.palmer@us.af.mil or De'Vonn Lyons at devonn.lyons@us.af.mil for further information.
    Field Tester, PBG Oxygen Regulator
    Buyer not available
    The Department of Defense, specifically the Air Force, is conducting a Sources Sought inquiry to identify potential suppliers for the repair and testing of the PBG Oxygen Regulator at Tinker Air Force Base. The contractor will be responsible for providing all necessary labor, materials, facilities, and equipment, as well as managing supply chain logistics, forecasting, and procurement of parts, including military-specific modifications. This procurement is crucial for maintaining operational readiness and ensuring the availability of essential aircraft components. Interested parties are encouraged to submit their qualifications and complete a Source Approval Request (SAR) by the specified deadline, with inquiries directed to Mark C. Green at mark.green.29@us.af.mil or 405-734-8487.
    SCBA Air Compressor
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement, installation, and maintenance of a Self-Contained Breathing Apparatus (SCBA) air compressor for the Goodfellow Air Force Base Fire Department. The new compressor must meet stringent performance and safety criteria, including a 6,000 PSI capacity and compliance with OSHA and NFPA standards, to ensure the provision of clean air for firefighting and rescue operations. This procurement is critical for maintaining operational readiness and safety standards within the fire department, as the current mobile compressor is outdated and poses risks to emergency support operations. Interested vendors, particularly those classified as small businesses, must submit their quotes by February 14, 2025, and can direct inquiries to SSgt Robert Cosper at robert.cosper@us.af.mil or Armon Brown at armon.brown.2@us.af.mil.
    Fire Department Air Duct Cleaning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide air duct cleaning services for the fire department at the Youngstown Air Reserve Station in Vienna, Ohio. The procurement involves a Blanket Purchase Agreement (BPA) for annual cleaning services over a five-year period, with one cleaning scheduled each year from March 2025 to February 2030. This service is crucial for maintaining air quality and system efficiency within the facility, ensuring compliance with federal safety and operational standards. Interested contractors must submit their proposals by February 26, 2025, following a site visit on February 10, 2025, and can direct inquiries to Jasmine Corpa at jasmine.corpa@us.af.mil or by phone at 330-609-1698.
    Fire Extinguisher Maintenance and Service
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking sources for fire extinguisher maintenance and service. This procurement aims to ensure the proper inspection and maintenance of fire control equipment, which is critical for safety and compliance within military facilities. Interested vendors can find complete details and requirements for this opportunity at the provided link, and they are encouraged to reach out to Clark Miller at clark.b.miller@usace.army.mil or by phone at 410-962-5679 for further inquiries. This is a Sources Sought notice, and no specific funding amount or deadline has been indicated at this time.
    Fire Station Alerting System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to design, build, and install a Fire Station Alerting System at Fairchild Air Force Base in Washington. The contractor will be responsible for replacing outdated alerting systems at two fire stations, which includes the provision of various equipment such as public address systems, speakers, control units, and LED lighting, along with necessary training and warranty for system components. This project is critical for enhancing emergency response capabilities and ensuring the safety infrastructure at military installations is up to date. Interested vendors must submit their quotes by February 20, 2025, following a site visit on February 4, 2025, and should contact Brandon Teague at brandon.teague.1@us.af.mil or Angelo Bolanos at angelo.bolanos@us.af.mil for further details.