Fire Suppression and System Sustainment
ID: FA930225Q0033Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9302 AFTC PZZEDWARDS AFB, CA, 93524-1185, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for fire suppression and system sustainment services at Edwards Air Force Base, California. The contract aims to maintain and test the fire suppression systems in Building 1030, which includes a custom pre-action system installed in 1989, ensuring compliance with NFPA and UFC standards over a five-year period. This procurement is critical for ensuring the safety and operational readiness of the facility, reflecting the government's commitment to maintaining effective fire prevention systems. Interested small businesses must submit their proposals by July 3, 2025, following a site visit scheduled for June 23, 2025, and can direct inquiries to primary contact Jamil Minosa at jamil.minosa.2@us.af.mil or secondary contact Kimberly Tate at kimberly.tate.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for Fire Suppression Sustainment Services at the Benefield Anechoic Facility (BAF) on Edwards Air Force Base, California. It details a non-personnel services contract aimed at maintaining and testing the fire suppression systems in building 1030, which contains a custom pre-action system installed in 1989. The contract spans five years, involving inspections, recurring maintenance, and compliance with NFPA and UFC standards. Key tasks require the contractor to manage all resources needed for these services, excluding government-furnished property. The document specifies the contractor's responsibilities, including notifying the government about testing schedules, inspecting fire sprinklers, and maintaining communication regarding any damaged components. It also delineates performance evaluation criteria to ensure service quality and outlines the government's role in quality assurance. The performance objectives include timely inspections, maintenance reporting, and environmental compliance, reflecting a commitment to safety and regulatory adherence. The PWS emphasizes cooperation with government representatives and adherence to safety, security, and environmental regulations throughout the project, reinforcing the project's critical nature to mission success.
    The document outlines Wage Determination No. 2015-5603 issued by the U.S. Department of Labor under the Service Contract Act. It specifies minimum wage rates and fringe benefits for various occupations in Kern County, California, applicable to contracts signed or extended after January 30, 2022, with mandates for wage adjustments tied to Executive Orders 14026 and 13658. The document provides detailed wage rates for numerous job classifications, including administrative, automotive, health, and IT occupations, as well as guidelines for managing employee compensations, such as paid sick leave and fringe benefits. Furthermore, it emphasizes the requirement for contractors to comply with health and safety guidelines, uniform allowances, and payment standards for various occupations, highlighting the conformance process for unlisted job classifications. This determination is pivotal for ensuring fair labor practices in federal contracts, coordinating with government RFPs and grants to uphold worker protections in the service industry.
    The document pertains to a Q&A session regarding the Fire Suppression System for Building 1030 as part of a government RFP. It emphasizes the need for accurate proposal preparation, specifically requesting full architectural and structural plans to facilitate precise pricing. The query focuses on whether the necessary documents can be provided, including either the complete plan set or any inspection reports that detail the quantity of fire suppression devices in the building. Reference to the Sprinkler FP-104 Document indicates that essential information is accessible through the solicitation posted on Sam.gov. The document underscores the importance of having comprehensive project details to ensure the proposed solutions align with budgetary constraints, safety compliance, and effective implementation strategies. It highlights a collaborative effort between the bidding firm and the contracting agency to achieve clarity on project requirements.
    The document outlines a government procurement process for the Fire Suppression and System Sustainment for the Benefield Anechoic Facility at Edwards Air Force Base, valued at USD 19,000,000. It details the solicitation for a Women-Owned Small Business to maintain and service the fire suppression systems in compliance with safety standards. The contract spans from July 2025 to June 2030, with several deliverables, including regular maintenance reports and inspection services. The document lays out various terms and conditions, including clauses related to labor standards, veteran opportunities, and environmental considerations. It emphasizes the need for contractors to adhere to specific federal regulations and the importance of timely submissions and communications. The overarching purpose is to ensure that qualified businesses engage in federal contracts while addressing critical safety and operational standards at military facilities.
    The Women-Owned Small Business (WOSB) solicitation outlines a contract for commercial products and services related to fire suppression and system sustainment at the Benefield Anechoic Facility, Edwards Air Force Base. This acquisition, designated with requisition number FA930225Q00330001, seeks to maintain compliance with NFPA and UFC standards for a fire suppression system in a facility built in 1989. The requirements include recurring maintenance and technical reporting over multiple years, with pricing arrangements predominantly set as Firm Fixed Price. The document specifies critical elements such as the solicitation issue date (03 Jun 2025), proposal deadline (03 Jul 2025), and designated contacts for inquiries. In line with government regulations, it incorporates various federal acquisition clauses, emphasizing compliance with specific labor and safety standards. The aim is to ensure a reliable and efficient operation of fire prevention systems, reflecting the government's commitment to safety and small business participation in federal contracting.
    The document outlines amendments to a solicitation for a federal contract. Key modifications include the extension of the deadline for questions and offers, with quotes now due on July 3, 2025, instead of June 17, 2025. Additionally, a site visit is scheduled for June 23, 2025, at Edwards Air Force Base, requiring attendees to possess a Real ID for entry. The amendment also details changes in the period of performance for multiple line items, pushing back start and end dates, thereby affecting delivery schedules through to 2030. All other terms remain unchanged from the original solicitation. The document serves to inform potential bidders about critical updates to the solicitation process, ensuring compliance and participation in upcoming events related to the contract. Overall, it reflects the structured communication typical in government RFPs, aiming to facilitate transparency and clarity in the procurement process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    Fall Protection Certification Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Fall Protection Certification Services at Edwards Air Force Base in California. The procurement includes comprehensive inspection, certification, and training services for fall protection systems, ensuring compliance with safety standards and regulations. This contract is particularly significant as it involves maintaining safety protocols for personnel working at heights, with a total award amount of $11,500,000 over a performance period from January 1, 2026, to December 31, 2030, including one base year and four option years. Interested small businesses must submit their quotes by December 15, 2025, and can direct inquiries to Contract Specialist Alexia Del Real at alexia.delreal@us.af.mil or Contracting Officer Suzanna Kussman at suzanna.kussman@us.af.mil.
    Evaluate Fire Suppression Bldg. 126 at the Watervliet Arsenal, Watervliet , NY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified contractors to evaluate and modify the fire suppression system in Building 126 at the Watervliet Arsenal in New York. The project, valued at $19,500,000, involves the removal of existing shelving units, updating the fire suppression system to meet current codes, and providing stamped engineered drawings. This procurement is critical for ensuring the safety and compliance of the facility's fire suppression capabilities. Interested small businesses, particularly Women-Owned Small Businesses (WOSB), must submit their proposals electronically and adhere to various federal regulations, with the period of performance set from January 1, 2026, to March 31, 2026. A mandatory site visit is scheduled for December 17, 2025, and interested parties should contact Christopher Battiste at christopher.k.battiste.civ@army.mil for access arrangements.
    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.
    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.
    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.
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    Base Alarm Services - Los Angles Air Force Base
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide Base Alarm Services at Los Angeles Air Force Base (LAAFB). The procurement aims to establish a Firm-Fixed Price (FFP) contract for maintenance and repair of the base's alarm and CCTV systems, which includes tasks such as cleaning, scheduling, and troubleshooting network issues related to the alarm system and surveillance equipment. This opportunity is critical for ensuring the security and operational readiness of the base, requiring expertise in network configurations and maintenance of proprietary software and equipment. Interested parties must submit an eight-page narrative detailing their capabilities by responding to the sources sought notice, with questions due by December 15, 2025, to Lt Dorian Maynard at dorian.maynard.1@spaceforce.mil or TSgt Kenneth Sparks at kenneth.sparks.2@spaceforce.mil.
    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.