Hydrostatic testing and refill for CO2 Fire Extinguishers and CO2 Actuators
ID: N00244-24-Q-0323Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS (J042)

Set Aside

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

    The Department of the Navy is seeking quotations for hydrostatic testing and refilling of CO2 fire extinguishers and actuators for the USS Makin Island (LHD-8). The procurement involves testing and refilling approximately 966 CO2 extinguishers and 10 CO2 actuators, with a contract period from September 16, 2024, to September 15, 2025, emphasizing compliance with safety standards and preventive maintenance protocols. This service is crucial for maintaining operational safety and readiness of fire safety equipment aboard naval vessels. Interested small businesses must submit their quotations by September 11, 2024, and can direct inquiries to Chelsey Hernandez-Guevara at chelsey.l.hernandez-guevara.civ@us.navy.mil or Michael Luu at michael.t.luu.civ@us.navy.mil.

    Files
    Title
    Posted
    The document details a Request for Information (RFI) related to solicitation N00244-24-Q-0323, which focuses on hydrostatic testing and refilling of CO2 fire extinguishers and actuators. It outlines two key inquiries from potential vendors. The first question pertains to the specifications for tagging and certification of the extinguishers, confirming the requirement for a stamp of the hydro test date on the curvature of the bottle neck, with the option to add an additional sticker. The second question addresses the necessity of adhering to NIST 800-171 standards, which remains mandatory despite the scope being limited to testing and refilling activities. This document serves to clarify the requirements for bidders engaged in the specified safety compliance work, emphasizing regulatory adherence and procedural guidelines in the procurement process for servicing fire safety equipment. The detailed responses help shape vendor understanding and preparedness in submitting bids for this government solicitation.
    The solicitation N00244-24-Q-0323 issued by the USS Makin Island (LHD-8) seeks quotations for hydrostatic testing and refilling of CO2 fire extinguishers and actuators. This combined synopsis/solicitation is intended for local small businesses, with a maximum revenue of $12.5 million under NAICS Code 811310. The request is set aside for small businesses and will be conducted in accordance with FAR Part 13 and 12.6. The contract, which spans from September 16, 2024, to September 15, 2025, requires the contractor to test and refill approximately 966 CO2 extinguishers and 10 CO2 actuators, adhering to preventive maintenance protocols. The government will provide the extinguishers, while transportation is limited to within 50 miles of Naval Base San Diego. All testing must be documented, with non-compliant units returned to LHD-8. The solicitation includes comprehensive compliance and representation requirements and outlines the process for submission of quotations, with a deadline of September 11, 2024. Provisions for agency protests and other regulatory stipulations are also noted, ensuring contractors are informed of their obligations and requirements throughout the bidding process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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 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.
    Flightline Fire Extinguisher
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Flightline Fire Extinguisher Inspection and Maintenance Services for the California National Guard. The contract encompasses the inspection and maintenance of 87 Buckeye K-350 RG Portable Wheeled Fire Extinguishers across multiple airfields in California, including Mather Airfield, Stockton, Fresno, Camp Roberts, Camp San Luis Obispo, and Los Alamitos, ensuring compliance with NFPA-10 standards and federal regulations. This initiative is crucial for maintaining safety standards at military airfields, with a performance period extending from September 30, 2024, through September 2029. Interested small businesses must submit their proposals by September 16, 2024, and can direct inquiries to Kaipo Kim at kaipo.h.kim.civ@army.mil or by phone at 808-861-9563.
    52000QR240007760 USCGC OLIVER BERRY FM200 FIRE SURPRESSION SYSTEM INSPECTION
    Active
    Homeland Security, Department Of
    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 Coast Guard Cutter OLIVER BERRY (WPC 1124) in Honolulu, Hawaii. The contractor will be required to travel to the cutter's homeport and conduct inspections in accordance with maintenance publications N31015.D and N30050.D, with the inspection period scheduled from October 1 to October 20, 2024. This procurement is critical for ensuring the operational readiness and safety compliance of maritime fire suppression systems. Interested vendors must submit their Firm Fixed Price quotations by September 23, 2024, at 09:00 A.M. Eastern Standard Time, to Timothy Ford at timothy.s.ford@uscg.mil, with a copy to Stacy Spalding at stacy.j.spalding@uscg.mil.
    STEA PARK WIDE FIRE EXTINGUISHER INSPECTION, TESTI
    Active
    Interior, Department Of The
    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 LindaRichardson@nps.gov for further details.
    VACUUM FILL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotes for the repair and evaluation of a Vacuum Fill unit. The procurement aims to ensure the inspection, evaluation, and restoration of this government-owned equipment to first-class operating condition, adhering to specific manufacturing and drawing standards. This equipment is critical for operations involving nuclear reactors, highlighting its importance in maintaining national defense capabilities. Interested contractors should submit their quotations, including repair turnaround times and throughput constraints, to the primary contact, Zackary Loudon, at 717-605-7722 or via email at ZACKARY.LOUDON@NAVY.MIL, with a quotation validity of 60 days post-submission.
    52000QR240005818 USCGC HADDOCK FIRE MAIN PIPE REPAIR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of a service. The service being procured is the repair of the fire main pipe on the USCGC HADDOCK. The fire main pipe has been damaged due to corrosion, resulting in a small leak. To address this issue, a new section of piping will need to be fabricated and welded in place. The repair work involves cropping and renewing approximately three linear feet of 2-1/2" fire main piping and associated fittings/flanges. The contractor must also renew any valve label plate that is damaged or unreadable. Additionally, the contractor is required to perform hydrostatic and leak tests on the repaired piping and components. The repairs must be completed within three weeks of contract award, with an approximate start date of July 1, 2024. The place of performance is in San Diego, California. Interested offerors must submit their quotations by June 27, 2024.
    VACUUM FILL EQUPMNT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of vacuum fill equipment. This contract requires the inspection, evaluation, repair, and restoration of government-owned equipment to first-class operating condition, adhering to specific technical and quality requirements outlined in the solicitation. The equipment is critical for various defense operations, emphasizing the importance of maintaining high operational standards. Interested vendors should submit their quotes, including pricing valid for 90 days post-quotation closing, and can direct inquiries to Zackary Loudon at 717-605-7722 or via email at zackary.loudon@navy.mil. The solicitation is set to follow a firm fixed-price purchase order structure, with additional details available in the provided documentation.
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    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.