C17 FIRE EXTINGUISHER
ID: SPRTA1-25-R-0194Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATION AT OKLAHOMA CITY, OKTINKER AFB, OK, 73145-3070, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of fire extinguishers specifically designed for the C-17 aircraft. This procurement involves a firm fixed-price contract for a total of 746 units over a three-year period, with an estimated delivery of 253 units by October 13, 2025, and additional quantities in subsequent years. The fire extinguishers are critical for fire suppression in the engine nacelle area, ensuring safety and operational readiness for military aircraft. Interested vendors must submit their proposals by May 9, 2025, and can direct inquiries to David Garcia at (405) 739-5501 or via email at david.garcia.59@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the packaging requirements for military items under Purchase Instrument Number FD20302401847-02. It emphasizes compliance with United Nations regulations regarding wood packaging material (WPM) to prevent the spread of invasive pests, specifically referencing standards for debarked wood and heat treatment to eliminate potential threats. The packaging, marking, and storage of these materials must adhere to the military standards MIL-STD-129 and MIL-STD-2073-1, which cover the military's specific preservation and marking practices. Additional guidelines indicate that hazardous materials must be packaged following various federal regulations and international standards relevant to the transportation mode. Shipping containers require specific markings as delineated in military regulations and may necessitate additional identifiers for tracking and inventory purposes. This document functions as a critical directive for suppliers engaged in federal contracts, ensuring that all packaging methods comply with rigorous military and international safety standards, thus safeguarding both the items and broader ecological concerns associated with wood packaging. The author, Billy S. Real, operates within the 406 SCMS office, validating the importance of precise adherence to these protocols for successful procurement and delivery processes.
    The document outlines the transportation data relevant to federal procurement under Purchase Instrument Number FD20302401847-02, initiated on February 21, 2025. It details the specifications for shipment, emphasizing the requirement for vendors to contact the Defense Contract Management Agency (DCMA) Transportation prior to shipment, utilizing the DCMA Shipment Instruction Request (SIR) eTool. Compliance with prescribed transportation provisions is crucial to avoid additional costs from improper shipment practices. The file lists specific transportation account codes, requisition numbers, and destination for shipped items, designating the DLA Distribution Warner Robins in Georgia as the delivery point. Additionally, it indicates the responsible contact person, Glenn A. Carter, along with his contact details. This document serves as a formal communication aligning purchases with regulatory standards and facilitating efficient logistics management, showcasing the government's structured approach towards procurement and transportation logistics in support of military operations and Federal Agency needs.
    The document represents an amendment to the solicitation SPRTA125R0194, which is managed by DLA Aviation at Oklahoma City, aimed at modifying terms related to a federal contract. This amendment, effective April 2, 2025, primarily involves the removal of specific clauses: 52.222-21 (Prohibition of Segregated Facilities), 52.222-26 (Equal Opportunity), and 5352.223-9000 (Elimination of Use of Class 1 Ozone Depleting Substances). Moreover, the amendment extends the deadline for receipt of offers to May 9, 2025, at 4:00 PM. It emphasizes that unless otherwise stated, all other terms and conditions of the initial solicitation remain unchanged. The document serves to ensure that potential contractors are aware of the changes and deadlines necessary to submit their offers. This indicates a focus on maintaining compliance and oversight regarding equal opportunity and environmental standards within federal contracting processes.
    The document outlines Solicitation Number SPRTA1-25-R-0194 for the procurement of fire extinguishers under a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a minimum order quantity of 187 and a maximum total quantity of 746 units. The contract is issued by DLA Aviation at Oklahoma City and includes provisions for various small business set-asides, such as women-owned and service-disabled veteran-owned businesses. Estimated quantities for each of the three years are provided, with specific delivery dates and Quality Assurance requirements mandated. Additionally, contractual clauses related to inspection, acceptance, and payment procedures are included, as well as compliance with standards like AS9100. Moreover, it addresses federal regulations concerning domestic sourcing (Buy American Act) and specifies requirements for unique item identification. This procurement initiative exemplifies how the federal government engages with contractors to fulfill specific needs while emphasizing compliance and quality standards throughout the contracting process.
    Lifecycle
    Title
    Type
    C17 FIRE EXTINGUISHER
    Currently viewing
    Presolicitation
    Similar Opportunities
    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 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.
    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 4210013887854. The requirement includes a total of 900 units to be delivered to the DLA Distribution San Joaquin within 195 days after order, along with an additional unit to be delivered within 120 days. Fire extinguishers are critical for ensuring safety and compliance in various operational environments, making this procurement essential for maintaining safety standards. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes electronically by the specified deadline, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    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.
    FIRE DETECTOR SYSTEM SENSING ELEMENT / 06F, C-130 HERCULES AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking suppliers for the procurement of a Fire Detector System Sensing Element for the C-130 Hercules aircraft. This indefinite quantity contract (IQC) will cover a base period of five years, with an estimated annual requirement of 40 units, and delivery is expected within 218 days after order placement. The goods are critical for ensuring the safety and operational readiness of military aircraft, and the solicitation will be issued as an unrestricted procurement, with a reverse auction process conducted online. Interested vendors should register at DLA.ProcurExInc.com and can access the solicitation on or about November 19, 2025, via the DLA Internet Bid Board System (DIBBS). For further inquiries, contact Gladys Brown at gladys.brown@dla.mil or by phone at 445-737-4113.
    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 3,000 fire extinguishers under solicitation number NSN 4210011491356. These extinguishers are critical for fire safety and emergency response, ensuring the protection of personnel and property in various operational environments. The solicitation is set aside for Women-Owned Small Businesses (WOSB), and all responsible sources are encouraged to submit their quotes electronically, as hard copies will not be available. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, with the deadline for quote submission being 94 days after the award date.
    NOZZLE ASSEMBLY, AER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of Nozzle Assembly Aer, specifically for the C/KC-135 aircraft. This opportunity is a 100% Small Business Set-Aside and involves the acquisition of a fuel transfer component that forms a fuel-tight coupling between the receiver aircraft, with dimensions of approximately 22.6 inches in length and a weight of 38 lbs. Interested parties must be Export Control certified to access the Technical Data Package and should prepare to submit proposals by the estimated closing date of February 16, 2026, with a required delivery of two units by April 21, 2026. For further inquiries, potential offerors can contact Genevee Suba at genevee.suba@us.af.mil.
    J-85 Nozzle, Fuel Injection
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 28,403 units of the J-85 Nozzle, Fuel Injection, classified as a Critical Safety Item. The contract will be a firm-fixed-price agreement for new manufactured materials, with delivery requirements spanning from December 2026 to March 2031, necessitating compliance with various standards including ISO 9001-2015 and the Buy American Act. This procurement is vital for maintaining the operational readiness of aircraft and missile systems, and interested vendors must submit their proposals by December 22, 2025, at 3:00 PM. For further inquiries, potential bidders can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    1377-01-454-7651; SS66; Cartridge, Fire Extinguisher
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of the CCU-121/A Fire Extinguisher Cartridge (NSN 1377-01-454-7651). This competitive solicitation requires compliance with strict technical specifications, including the submission of first article test samples, production lot test samples, and adherence to quality control measures as outlined in MIL-DTL-82946 (OS) and related standards. The cartridges are critical safety items used in various military applications, necessitating rigorous inspection and acceptance processes at both the contractor's facility and the delivery destination. Interested vendors should contact Taytiana Quiero at taytiana.e.quiero.civ@us.navy.mil or by phone at 771-229-0433 for further details, as the solicitation emphasizes the importance of safety and compliance in handling explosive materials.
    NOZZLE, TURBINE, AIRC 2840-01-632-5800OK 6029T45G14
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a NOZZLE, TURBINE, AIRC (P/N 6029T45G14, NSN 2840-01-632-5800OK). This opportunity requires new manufacture of the item, which is classified as a Critical Safety Item (CSI), and compliance with specific quality assurance standards, including ISO 9001:2015 and the Buy American Act. The nozzle is a crucial component for aircraft engines, underscoring its importance in maintaining operational readiness and safety in military aviation. Interested vendors must submit their pricing and delivery responses by January 6, 2026, with delivery of one unit expected by October 15, 2026, and two units by December 19, 2027. For further inquiries, contact Alex Varughese at alex.varughese.1@us.af.mil.